Sunteți pe pagina 1din 348

BHAGYANAGAR GAS LIMITED

(A JOINT VENTURE OF HPCL & GAIL)

CNG & CITY GAS DISTRIBUTION PROJECT AT


KAKINADA

BID DOCUMENT FOR

LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km &


4” NB - 10 Km U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY

OPEN DOMESTIC
COMPETITIVE BIDDING BASIS

Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i)

VOLUME – I OF III

PREPARED AND ISSUED BY


MECON LIMITED
(A Govt. of India Undertaking)
Delhi, India

1
MASTER INDEX

Bid Document No. 05/51/23LZ/BGL-KAKI/001-i)

VOLUME – I of III

SL. DESCRIPTION
NO.
1. INVITATION FOR BID (IFB)
2. INSTRUCTIONS TO BIDDER (ITB)
3. PROPOSAL FORMS
4. GENERAL CONDITIONS OF CONTRACT (GCC)
5. SPECIAL CONDITIONS OF CONTRACT (SCC)
6. ANNEXURE TO- SCC
7. PARTICULAR JOB SPECIFICATION
8. INTEGRITY PACT
9. PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS
10. SCHEDULE OF RATES/ PRICE SCHEDULE

2) Volume-II of III : Technical Specification & Standards


(Pipeline Laying, Piping, Mechanical, Civil &
Structural, Electrical, Cathodic Protection,
Instrumentation and Telecom Works)

3) Volume-III of III : Standard & Tender Drawings

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 2


INVITATION FOR BID ( IFB)-
OPEN DOMESCTIC COMPETITIVE BIDDING BASIS
FOR

LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km & 4” NB - 10 Km U/G


STEEL P/L NETWORK & ASSOCIATED WORKS IN KAKINADA CITY
Bid Document No. 05/51/23LZ/BGL-KAKI/001-i) Date : 18.03.2010

PROJECT DETAILS

1.1 Bhagyanagar Gas Limited (BGL) is a joint venture company of M/s GAIL (India)
Limited and M/s Hindustan Petroleum Corporation Limited (HPCL). BGL has been set
up to supply natural gas to domestic, commercial and industrial sectors including
setting up of CNG filling stations to cater to the automobile sector for vehicle in
Kakinada

1.2 BGL has appointed MECON Limited as their Consultant for implementation of the
Project. MECON on behalf of BGL, invites sealed bids on Domestic Competitive
Bidding basis for LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km & 4” NB -
10 Km U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN KAKINADA CITY
for CNG & City Gas Project under single stage two bid system from competent
Agencies with sound technical and financial capabilities and meeting the Qualification
Criteria as stated under para 4.0 below.

1.3 This tender deals with laying of underground steel pipeline network along with
associated facilities for supplying natural gas to domestic, commercial & industrial
consumers and CNG to automobile sector at Kakinada in the state of Andhra Pradesh.

2.0 BRIEF SCOPE OF WORK

In brief scope is given below :

Laying of 10’’ - 46 Km, 6” - 19Km & 4” -10 Km dia Underground Steel Pipeline &
Associated Facilities including Hook Up, provision of future tap-off’s, Testing,
Commissioning & TCP Works .

3.0 SALIENT FEATURES OF BIDDING DOCUMENT

a) Bidding Document No : 05/51/23LZ/BGL-KAKI/001-i)

b) Bid Security : Rs 23.0 lakhs (Rupees Twenty Three Lacs


only)

c) Pre-Bid Conference : 1100 Hrs. IST on 26.03.2010 at BGL office


at Hyderabad

d) Last Date and time of : 1500 Hrs. IST on 19.04.2010


submission of Bids

e) Opening of Unpriced Bids : 1600 Hrs. IST on 19.04.2010 at MECON office


Delhi , In presence of authorised
representative of attending bidders.

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 3


f) Bid document on sale : from 18.03.2010 to 17.04.2010 between 1000
Hrs. to 1600 Hrs. on any working days

g) Document Fee : Rs. 46,000/- (Rupees forty six thousand only)


(non-refundable)

h) ADDRESS FOR : S. S. Roy, DGM I/c( Contracts)


CORRESPONDENCE MECON LIMITED
& SUBMISSION OF BID 15th Floor, North Tower , Scope Minar
Laxmi Nagar Distt. Centre
Delhi – 110 092
Ph. No. 91-11-22447417/22401129
Fax No. 91-11-22041214/22401203

3.1 SEALING & MARKING OF BIDS

Bids should be submitted in complete accordance with the bid documents / attachments
separately in three parts in sealed envelopes super-scribed with the Bid Document Number,
due date, item and nature of bid (un-priced, priced), as follows :

Part- I : UNPRICED BID


Part- II : PRICED BID
Part- III : BID SECURITY & TENDER FEE

The three envelopes, containing Part-I, Part-II and Part-III of offer, shall be duly sealed and
respective cut-out slip enclosed with this letter as Appendix-A shall be pasted on each envelop.
Name & address of the bidder shall be mentioned on each cut-out slip. These three sealed
envelopes shall be further kept in a larger envelope & which shall also be duly sealed. Cut-out
slip meant for complete offer shall be pasted on it with name and complete address & contact
number of the bidder. On the first instance during opening of techno commercial part, main
(outer) envelop shall be opened followed by opening of envelop containing EMD & tender fee

3.2 The complete bidding document and Addendum/corrigendum (if any) shall be available on
MECON’s website (www.meconlimited.co.in) and BGL’s website (www.bglgas.com )

3.3 In case the bidder wishes to download the tender document and interested to quote, please
intimate to us showing your interest immediately alongwith complete contact address, phone
no., fax no., e-mail etc. for correspondence. MECON/ Owner will inform about Addendum, if
any to those who have furnished above information. However, information about Addendum
shall also be available on MECON’s websites as an when these are issued.

4.0 BID EVALUATION CRITERIA

The Bid evaluation criteria (BEC) is enclosed as Annexure-I to IFB

5.0 Bid Document can be purchased from MECON Limited, Delhi on any working day from 1000
hours to 1600 hours against a written request and payment of requisite tender fee as specified
above by crossed bank draft from a first class International Bank or an Indian Scheduled Bank,
in favour of Bhagyanagar Gas Limited’, payable at Hyderabad. No extension in the bid due date
shall be considered on account of delay in receipt of bid document by mail.

The bidder has also to submit and undertaking that they have not been put under Holiday by

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 4


BGL or MECON or not have been banned or de-listed by Any Govt. or Quasi Govt. agencies or
PSU. An undertaking to this affect shall be submitted with the offer.

In case the bidder wishes to download the Bidding Document from MECON web-site
(www.meconlimited.co.in) and BGL’s website (www.bglgas.com ), then the requisite amount of
Tender Fee in the form of Demand Draft, in favour of “Bhagyanagar Gas Limited”, valid for
6(six) months shall be payable by the bidder at the time of submission of the bid without which
offer may not be considered for evaluation. Such bidders who have downloaded the bid
document from website can attend the pre-bid meeting provided they deposit the tender fee on
or before pre-bid meeting.

An undertaking that the contents of the Bidding Document have not been altered or modified
shall be furnished alongwith the offer.

6.0 No extension in the bid due date/time shall be considered on account of delay in receipt of any
document by mail.

7.0 The Bidder shall furnish documentary evidence by way of copies of work order, completion
certificate, equipment deployment details and Balance Sheet or Audited Financial Statements
including Profit & Loss Account etc. along with the Bid to establish his experience and track
record meeting qualification criteria. Bidders should ensure submission of complete information/
documentation in the first instance itself. Qualification may be completed based on the details
so furnished without seeking any subsequent additional information.

8.0 The Employer/Consultant’s determination of a bid’s responsiveness is to be based on the


contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will
be rejected by the Employer/Consultant, and may not subsequently be made responsive by the
bidder by correction of the non-conformity.

9.0 Small scale Industries registered with NSIC and Central Government PSUs are not required to
pay the bid document Fee. However, Industries registered with NSIC shall provide necessary
documentary evidence, whereas PSUs shall submit declaration to this effect that they are
Central PSU and are eligible for getting bid documents free of cost.

10.0 Bid document is non-transferable. Bids received from bidders in whose name Bid Document
fee has been submitted shall only be considered. Bidder must submit the Bid Document Fee in
their name. Bid document fee will be submitted by bidders as stated above.

11.0 BGL will follow Purchase Preference Policy as per prevailing guidelines of Government of India.

12.0 Bids must be accompanied with the bid security as mentioned above in the form of Bank
Guarantee. Bids not accompanied with requisite bid security or bid security not in the requisite
form specified above, shall be considered as non – responsive and such Bids shall be rejected.

13.0 BGL/ MECON shall not be responsible for any costs or expenses incurred by Bidder in
connection with the preparation or delivery of Bids, including costs and expenses related with
visits to the site.

14.0 Bids sent through Fax/ E-Mail/ Computer floppy shall not be accepted.

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 5


15.0 BGL/ MECON reserve the right to reject any or all Bids received without assigning any reason.

16.0 Fax and Telephone numbers of MECON, Delhi are: Fax: +91-11-22041214/22421310;
Telephone: +91-11-22401129/22401143; E-mail: mecondly@bol.net.in

Dy. GENERAL MANAGER I/c (Contracts)


MECON Limited
15th Floor, SCOPE Minar,
North Tower
Laxmi Nagar, Distrcit Center
Delhi – 110 092

Thanking you,
Yours faithfully
For & on behalf of
Bhagyanagar Gas Limited

(S. S. Roy)
Dy. GENERAL MANAGER I/c (Contracts)
MECON Limited
Encl. 1. Vol.-I of III, Vol.-II of IIII & Vol.-III of III of the Bid Document.
2. Appendix – A - 4(four) nos. of Cut-Out slips to be pasted on different sealed envelops
of the offer.

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 6


ANNEXURE-I TO IFB

BEC (BIDDERS’ ELIGIBILITY CRITERIA) FOR LAYING & CONSTRUCTION OF 10”; 6” & 4”
NB U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN KAKINADA CITY

0.0 INTRODUCTION

Bhagyanagar Gas Limited (BGL) is a joint venture


company of M/s GAIL (India) Limited and M/s Hindustan Petroleum Corporation Limited
(HPCL). BGL has been set up to supply natural gas to domestic, commercial and
industrial sectors including setting up of CNG filling stations to cater to the automobile
sector for vehicle in Kakinada.

1.0 BRIEF PROJECT DETAILS

This tender deals with laying of underground steel pipeline network along with associated
facilities for supplying natural gas to domestic, commercial & industrial consumers and CNG to
automobile sector at Kakinada in the state of Andhra Pradesh.

2.0 SCOPE OF WORK:

Laying of 10’’ - 46 Km, 6” - 19Km & 4” -10 Km dia Underground Steel Pipeline & Associated
Facilities including Hook Up, provision of future tap-off’s, Testing, Commissioning & TCP Works
.

3.0 BIDDING PHILOSOPHY :

A bidder shall have to quote for all the items of work in the SOR.

4.0 EVALUATION AND AWARD OF WORK:

Evaluation shall be done on the complete SOR basis and the complete job shall be awarded to
one bidder at least cost to the Owner.

5.0 BIDDER’S ELIGIBILITY CRITERIA :

The following are the BEC parameters: -

5.1 TECHNICAL: (Experience Criteria)

5.1.1 Incase of Single Bidder

5.1.1.1 The bidder should have completed at least one pipeline project involving construction
management, installation and testing of buried hydrocarbon steel pipeline of ANSI rating of
150# or higher during last 7(seven) years reckoned from bid due date as per details given
below:-

i) Minimum 30 km of 6” NB or above, out of which 15 km in single stretch.

OR

Minimum 20 km of 10” NB or above, out of which 10 km in single stretch.

5.1.1.2 To meet the technical qualification criteria as stated above bidder shall provide
documentary evidences viz. detailed work order / LOA alongwith completion certificate /
performance certificate for satisfactory performance from Client / Consultant and any other
relevant documents in support of his claim. In absence of requisite documents,

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 7


BGL/MECON reserves the right to reject the bid without making any reference to the
bidder.

5.1.1.3 Experience of a consortium member, if such a member has executed earlier a job within its
scope as a member of the consortium, which is required as experience as per the
qualification criteria in clause no. 5.1.1.1, will be considered. Appropriate documentary
evidence to establish the same is to be submitted towards such experience.

5.1.2 In case of Consortium

5.1.2.1 Bids from Consortium comprising maximum two members (one Leader and one member)
are also acceptable, provided the Leader of such Consortium meets the qualification
criteria as defined at 5.1.1.1.

5.1.2.2 The division in scope of work between Consortium members shall commensurate with their
past experience. The overall Project Management shall be performed by the Leader. The
members of Consortium shall assume responsibility jointly and severally and shall submit
Agreement / MOU along with the bid clearly defining the scope and responsibility of each
member along with the nomination of the Leader. This Agreement/ MOU must remain in
force at least till the pendency of this Contract.

5.2 FINANCIAL CRITERIA

5.2.1 In case of Single bidder:

5.2.1.1 Annual turnover

The minimum annual turnover achieved by the bidder as per their financial results in any
one of the three preceding financial years i.e. 2006-07, 2007-08 and 2008-09 shall be as
under:

Sl. Group Minimum annual turnover requirement


No. For Indian Bidder
(in INR)
1. Total package basis 11.50 crores

5.2.1.2 Net Worth

Net worth of the bidder should be positive as per the audited financial statement for the
year 2008-09.
5.2.1.3 Working Capital

The minimum working capital of the bidder as per the audited financial statement for year
2008-09 shall be as under:

Sl. Group Minimum Working Capital Requirement


No. For Indian Bidder
(in INR)
1. Total package basis 2.30 crores

Notes:- If the bidder's working capital is inadequate, the bidder should supplement this
with a letter from the bidder's bank, having net worth not less than Rs.100
Crores, confirming the availability of the line of credit to cover the inadequacy
of working capital requirement as above.

5.2.2 In case of Consortium

5.2.2.1 The Leader of the Consortium shall meet the minimum annual turnover criteria for single
bidder as per clause no. 5.2.1.1.

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 8


5.2.2.2 The minimum annual turnover achieved by the other member of Consortium as per their
financial results in any one of the three preceding financial years i.e. 2006-07, 2007-08 and
2008-09 shall be as under:

Sl. Group Minimum annual turnover requirement


No. For Indian Bidder
(in INR)
1. Total package basis 1.15 crores

5.2.2.3 Net Worth

Net worth of the each member of Consortium should be positive as per the audited
financial statement for the year 2008-09.

5.2.2.4 Working Capital

Leader of Consortium shall meet the requirement of minimum working capital in the last
financial year, i.e., 2008-09 as indicated under clause no. 5.2.1.3. If the Leader’s working
capital is inadequate, the Leader shall supplement the shortfall with letter issued by his
Banker, having a net worth not less than INR 100 Crores confirming the availability of line
of credit to meet the specified working capital requirement.

5.2.3 Bidders for whom financial year is calendar year, shall submit financial results for year
ending 2006, 2007 and 2008 instead of 2006-07, 2007-08 and 2008-09 respectively.

5.2.4 Bidder shall furnish necessary documentary evidence such as LOA Copy/ Audited
Financial Statement including balance sheet & Profit & Loss account statement along with
the bid, to justify meeting the stipulated qualification criteria. In absence of requisite
documents, Owner / MECON reserve the right to reject the bid without making any
reference to the bidder.

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 9


FORMAT-A
ANNUAL TURNOVER

Date :
Tender No.:

Page ……… of ………..

Annual Turnover data for the last 3 audited financial years.

Year Currency Amount Exchange Rate Amount


(*) (INR) (*)
Year 1:
Year 2:
Year 3:
Annual Turnover data for the last 3 audited financial years

1. A brief note should be appended describing details as per audited results.


2. Indicate Financial year if it is different from April to March.

Signature of Bidder
(*) To filled by Owner / Consultant

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 10


FORMAT-B

FINANCIAL SITUATION

Date :
Tender No.:
Page ……… of ………..

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR

Sl. Description
No. Year
Amount
1. Current Assets
2. Current Liabilities
3. Working Capital (1-2)
4. Net Worth
Owners funds (Paid up share
capital and Free Reserves &
Surplus)
5. Profits before taxes
6. Return on Equity (5/4) x 100

1. Attached are copies of the audited balance sheets, including all related notes, and income
statement for the last Audited Financial year, as indicated above, complying with the following
conditions.

• Historic financial statements must be audited by a certified accountant


• Historic financial statements must be complete, including all notes to the financial
statements
• Historic financial statements must correspond to accounting periods already completed and
audited (no statement for partial period shall be requested or accepted).

Signature of Bidder
(*) Applicable for foreign bidders to filled by Owner / Consultant

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 11


ANNEXURE-II to IFB
CHECK LIST FOR SUBMISSION OF DOCUMENTS (FOR BEC CRITERIA)

Bidder is requested to fill this check list and ensure that all details / documents have been furnished
along with his offer:-

Submitted Reference in
Sl. (bidder to offer (bidder
BEC Clause / Item Documents required indicate)
No. to mention
Yes / No page no.)
1. Technical Copy of detailed work
order / LOA alongwith
i) Cl no.5.1 completion certificate /
performance certificate
for satisfactory
performance from Client
/ Consultant and any
other relevant
documents in support of
his claim.

2. Financial Financial details as per


Format A & B of
Annexure-I to IFB

i. Audited Balance sheet


including profit and loss
account statement for the
last 03 financial years

ii If bidder’s working capital is Bidder should supplement


inadequate this with a letter from the
bidder's Bank, having
net worth not less than
Rs. 100 Crores,
confirming the
availability of line of
credit to cover the
inadequacy of working
capital required

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 12


APPENDIX - A

CUT-OUT SLIPS (4 NOS. )

13
CUT-OUT SLIP - 1

(OUTER ENVELOPE)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : BHAGYANAGAR GAS LIMITED

PROJECT : CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA

BID DOCUMENT NO : 05/51/23LZ/BGL-KAKI/001-i)

ITEM : LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km & 4” NB -


10 Km U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN
KAKINADA CITY

DUE DATE & TIME : 19.04.2010 at 1500 Hrs. (IST)

TO,

S. S. Roy, DGM I/c (Contracts)


MECON LIMITED
15TH FLOOR, NORTH TOWER,
SCOPE MINAR,
LAXMI NAGAR,
DELHI – 110092
PH NO. 011-22401143/22401129
EMAIL mecondly@bol.net.in

FROM

NAME:

ADDRESS

(To be pasted on the outer envelope containing “Priced”, “Unpriced” bids along with Bid security/ Tender
fee)

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 14


CUT-OUT SLIP – 2

PART – I (UNPRICED BID)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : BHAGYANAGAR GAS LIMITED

PROJECT : CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA

BID DOCUMENT NO : 05/51/23LZ/BGL-KAKI/001-i)

ITEM : LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km & 4” NB -


10 Km U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN
KAKINADA CITY

DUE DATE & TIME : 19.04.2010 at 1500 Hrs. (IST)

TO,

S. S. Roy, DGM I/c (Contracts)


MECON LIMITED
15TH FLOOR, NORTH TOWER,
SCOPE MINAR,
LAXMI NAGAR,
DELHI – 110092
PH NO. 011-22401143/22401129
EMAIL mecondly@bol.net.in
FROM

NAME:

ADDRESS

(To be pasted on the envelope containing “Unpriced” bid)

(To be pasted on the envelope containing “Unpriced” bid)

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 15


CUT-OUT SLIP - 3

PART – II (PRICED BID)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : BHAGYANAGAR GAS LIMITED

PROJECT : CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA

BID DOCUMENT NO : 05/51/23LZ/BGL-KAKI/001-i)

ITEM : LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km & 4” NB -


10 Km U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN
KAKINADA CITY

DUE DATE & TIME : 19.04.2010 at 1500 Hrs. (IST)

TO,

S. S. Roy, DGM I/c (Contracts)


MECON LIMITED
15TH FLOOR, NORTH TOWER,
SCOPE MINAR,
LAXMI NAGAR,
DELHI – 110092
PH NO. 011-22401143/22401129
EMAIL mecondly@bol.net.in

FROM

NAME:

ADDRESS

(To be pasted on the envelope containing “Priced” bid)

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 16


CUT-OUT SLIP – 4

PART – III (BID SECURITY & TENDER FEE)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : BHAGYANAGAR GAS LIMITED

PROJECT : CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA

BID DOCUMENT NO : 05/51/23LZ/BGL-KAKI/001-i)

ITEM : LAYING & CONSTRUCTION OF 10”- 46Km , 6” - 19 Km & 4” NB -


10 Km U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN
KAKINADA CITY

DUE DATE & TIME : 19.04.2010 at 1500 Hrs. (IST)

TO,

S. S. Roy, DGM I/c (Contracts)


MECON LIMITED
15TH FLOOR, NORTH TOWER,
SCOPE MINAR,
LAXMI NAGAR,
DELHI – 110092
PH NO. 011-22401143/22401129
EMAIL mecondly@bol.net.in

FROM

NAME:

ADDRESS

(To be pasted on the envelope containing “Bid Security” & tender fee)

D:\BGL - Kakinada\Laying\Vol I final\01 IFB.doc 17


2.0 INSTRUCTIONS TO BIDDERS (ITB)

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc 18


INDEX
1. SCOPE OF BID:
2. ELIGIBLE BIDDERS:
3. ONE BID PER BIDDER
4. COST OF BIDDING
5. SITE VISIT
6. CONTENT OF BIDDING DOCUMENT
7. CLARIFICATION ON BID DOCUMENTS
8. AMENDMENT OF BID DOCUMENTS
9. LANGUAGE OF BID
10. BIDS FROM CONSORTIUM
11. DOCUMENTS COMPRISING THE BID
12. BID PRICES
13. BID CURRENCY:
14. PERIOD OF VALIDITY OF BIDS
15. BID SECURITY
16. PRE-BID MEETING
17. FORMAT AND SIGNING OF BID
18. ZERO DEVIATION:
19. E-PAYMENTS
20. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
21. SEALING AND MARKING OF BIDS
22. DEADLINE FOR SUBMISSION OF BID
23. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
24. MODIFICATION AND WITHDRAWAL OF BIDS
25. BID OPENING
26. PROCESS TO BE CONFIDENTIAL
27. CONTACTING THE EMPLOYER/CONSULTANT
28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
29. DELETED
30. PRICE BID OPENING
31. ARITHMETIC CORRECTIONS
32. CONVERSION TO SINGLE CURRENCY
33. EVALUATION AND COMPARISON OF BIDS
34. AWARD OF WORK.
35. EMPLOYER/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
36. NOTIFICATION OF AWARD
37. CONTRACT AGREEMENT
38. PERFORMANCE GUARANTEE
39. CORRUPT AND FRAUDULENT PRACTICES
40. WAIVER OR TRANSFER OF THE AGREEMENT
41. ORDER OF PRESIDENCE
42. UNSOLICITED POST TENDER MODIFICATIONS

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 1 of 16 19


INSTRUCTIONS TO BIDDERS (ITB)

GENERAL
1.0 SCOPE OF BID:

1.1. The Employer/Purchaser/Owner/Bhagyanagar Gas Limited(BGL) as defined in the


General Conditions of Contract, hereinafter “the Employer” wishes to receive bids as
described in the Bidding Documents.

1.2. SCOPE OF BID: The scope of work shall be as defined in the bidding document.

1.3. The successful bidder will be expected to complete the Scope of Bid within the period
stated in Special Conditions of Contract.

1.4. Throughout this bidding documents, the term “bid” and “tender” and their derivatives
(“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous,
and day means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS:

2.1 Bidder shall, as part of their bid, submit a written Power of Attorney authorizing the
signatory of the Bid to commit the bidder.

2.2 Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder shall
furnish all necessary supporting documentary evidence to establish the bidder’s claim of
meeting qualification criteria.

2.3 The bidder shall furnish, as part of his bid, documents establishing the bidder’s eligibility
to bid and his qualifications to perform the Contract if his bid is accepted.

2.4 The invitation of bid is open to any bidder.

2.5 A bidder shall not be affiliated with a firm or entity

(i) that has provided consulting services related-to the Works to the Employer
during the preparatory stages of the Works or of the Project of which the Works
form a part, or

(ii) that has been hired (or is proposed to be hired) by the Employer as Engineer/
Consultant for the contract.

2.6 The bidder shall not be under a declaration of ineligibility by Employer/Consultant for
corrupt or fraudulent practices as defined in ITB clause no. 39.

2.7 The bidder is not put on holiday by BGL/GAIL or MECON or black listed by any
Government Department/ Public Sector on due date of submission of bid. If the
documents were issued inadvertently / downloaded from website, offers submitted by
such bidders shall not be considered for opening / evaluation / award.

3. ONE BID PER BIDDER

3.1. A bidder shall submit only one bid in the same bidding process. A Bidder who submits or

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 2 of 16 20


participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.

4. COST OF BIDDING

4.1. The bidder shall bear all costs associated with the preparation and submission of the bid,
and Employer/Consultant, will in no case be responsible or liable for this cost, regardless
of the conduct or outcome of the bidding process.

5. SITE VISIT

5.1. The bidder is advised to visit and examine the site of works and its surroundings and
obtain for himself on his own responsibility all information that may be necessary for
preparing the bid and entering into the Contract. The cost of visiting the site shall be at
Bidder's own expenses. Claims and objections due to ignorance of existing conditions will
not be considered after submission of the bid and during implementation.

5.2. The bidder and any of his personnel or agents will be granted permission by the
Employer/Consultant to enter upon his premises and lands for the purpose of such
inspection, but only upon the explicit condition that the Bidder, his personnel or agents
will release and indemnify the Employer/Consultant and his personnel and agents from
and against all liability in respect thereof and will be responsible for personnel injury
(whether fatal or otherwise), loss of or damage to property and any other loss, damage,
cost and expenses incurred as a result hereof. Employer shall provide necessary
assistance, if required, to the bidder(s) for the purpose of site visit.

BIDDING DOCUMENTS

6. CONTENT OF BIDDING DOCUMENT

6.1 The bid documents hosted on MECON’s as well as BGL’s Websites are as stated below
and should be read in conjunction with any addenda issued/hosted in accordance with
clause 8 of ITB:

Volume I of III : Commercial & Price schedule / Schedule of Rates

Volume II of III & III of III: Technical

6.2. The bidder is expected to examine IFB, bidding guidelines , all instructions, form/formats,
terms, specifications and drawings etc., enclosed in the bid documents. The invitation for
bid (IFB) together with all its attachment thereto, shall be considered to be read,
understood and accepted by the bidder. Failure to furnish all information required by the
Bid Documents or submission of a bid not substantially responsive to the Bidding
Documents in every respect will be at bidder’s risk and may result in the rejection of the
Bid.

7. CLARIFICATION ON BID DOCUMENTS

7.1. A prospective bidder requiring any information or clarification of the bidding documents,
may notify the Consultant in writing by e-mail/fax/post at Consultant’s mailing address
indicated in the bid document (MECON Limited, 15th Floor , Scope Minor, North Tower,
District Centre , Laxmi Nagar, Delhi -110092, India. Fax No. 011 22041214 / 22421310).
All question/ queries should be referred to Consultant at least 04 (Four) days before

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 3 of 16 21


scheduled date of pre-bid meeting.

8. AMENDMENT OF BID DOCUMENTS

8.1. At any time prior to the deadline for submission of bids, the Employer/Consultant may,
for any reason, whether on its own requirement or in response to a clarification
requested by prospective bidders, modify the bidding documents by issuing addenda.

8.2. Any addendum thus issued shall be part of the bidding documents. The addendum will
be hosted on MECON website http://www.meconlimited.co.in as well as BGL’s
website (www.bglgas.com) All the prospective bidders who have downloaded the
bidding document shall be informed by e-mail/Fax about the addendum for their
reference. Bidders have to take into consideration of all the addendum(s) / corrigendum
(s) / clarifications issued/ web hosted, before submitting the bid.

8.3. The Employer/Consultant may, at its discretion, extend the date of submission of bids in
order to allow the bidders a reasonable time to furnish their most competitive bid taking
into account the amendments issued.

PREPARATION OF BIDS

9. LANGUAGE OF BID

9.1. The bid prepared by the bidder, all correspondence/drawings and documents relating to
the bid exchanged by the bidder with the Employer/Consultant shall be in English
Language alone provided that any printed literature furnished by the bidder may be
written in another language so long as accompanied by an English translation, in which
case, for the purpose of interpretation of the bid, the English translation shall govern.

9.2. In the event of submission of any document/ certificate by the Bidder in a language
other than English, the English translation of the same duly authenticated by Chamber of
Commerce of bidder’s country shall be submitted by the bidder.

10. BIDS FROM CONSORTIUM

10.1 Bids from Consortium are acceptable provided that they fulfill the qualifying requirements
stated in the IFB. Members of the consortium shall assume responsibility jointly and
severally. Consortium Agreement / MOU shall be submitted along with the bid clearly
defining the scope and responsibilities of each of the consortium members.

10.2 Consortia of Bidders, if any, must clearly define roles / scope of work of each partner /
member . Further, the agreement for a consortium must accompany the Bid and should
clearly define the Leader of such a consortium who shall be responsible for timely
completion fo work and shall communicate with Owner / Consultant on behalf of the
consortium, and amongst consortium members during the period the Bid is under
evaluation by Owner / Consultant as well as during execution of work. In the event work
is awarded. Leader of the consortium will be completely responsible for the execution of
the work in accordance with the Contract and Owner / Consultant will communicate only
with the Leader of the consortium.

10.3 A consortium once established at the time of submitting the Bid shall not be allowed to
be altered with respect to constituting members of the consortium or their respective
roles / scope of work, except, if and when required in writing by Owner. If during the

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 4 of 16 22


evaluation of bids, a consortium proposes any alterations / changes in orientation of
consortium or replacement or inclusion of expulsion of any partner(s) / member(s) of
consortium which has originally submitted the Bid to drive some advantage / benefits
based on any development(s) having come to Owner’s / MECON knowledge at any time,
the Bid of such a consortium shall be liable for rejection.

10.4 In the event that the successful bidder is a Consortium, the Owner / Consultant requires
that the parties to the Consortium accept jointly and severally liabilities for all obligations
under the Contract.

10.5 Bid submitted by a Consortium, member shall comply with the following requirement:

i) The bid and in case of successful bid, the form of Agreement shall be signed by
all the constituents of the said consortium so as to be legally binding on all
members.
ii) One of the member shall be authorized to be Leader and submitting a Power of
attorney signed by legally authorized signatories of all the members shall
evidence his authorization.
iii) Leader shall be authorized to incur liabilities and receive instruction for and on
behalf of any one or all members of the consortium and the entire execution of
the contract including payment shall be executively dealt with the Leader.
iv) All member of the Consortium shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms and a relevant
statement to this effect shall be included in the authorization mentioned under ii)
above as well as in the Form of Agreement ( in case of successful bid.)
Notwithstanding statement by the member(s) of the consortium, the leader shall
be exclusively responsible for the performance and all the liabilities of the
consortium under the contract.
v) It is specifically agreed by the members that in the event of the Leader of the
Consortium running into any financial problem and / or otherwise fails to comly
with any of the Leader’s obligations under the Contract at any time, other
members shall fully undertake total responsibility to provide all necessary
financial resources for the project and shall comply with, in addition to the other
partner’s own obligations, all the obligation under the Contract of Leader for
completing the Project in time without prejudice to the joint and several
responsibilities of all members and Leader.

11. DOCUMENTS COMPRISING THE BID

11.1. The bid prepared by the bidder shall comprise the following:

11.2. Envelope-I: Superscribing Techno-Commercial Un-Price Bid (PART-I)

11.2.1 Part – I: Techno-commercial/Un-priced bid and shall contain the following duly signed on
each page.

a. Covering letter.
b. Bidder’s General Details/information as per FORM F-1.
c. Power of Attorney in favour of person (s) signing the bid that such person (s) is/are
authorised to sign the bid on behalf of the bidder and any consequence resulting due to
such signing shall be binding on the bidder.
d. Bid Form and Annexure to Bid form as per FORM F-2.
e. Bid security/EMD in accordance with Clause 15 of “ITB” shall be furnished in Original in

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 5 of 16 23


the form of Banker’s Cheque/Bank Draft payable to Bhagyanagar Gas Limited at
Hyderabad or Bank Guarantee as per FORM F-3. (To be separately kept in envelope-III
as per cl. No.11.4 hereinbelow )
f. Details of similar work done during past seven years as per FORM F-4.
g. Specific experience and annual turnover details as called for in qualifying requirements as
per FORM F-5. Bidder shall submit complete copy of audited Annual Reports for the last
three years (as indicated in IFB) alongwith all other certificates/supporting documents as
required to meet Bid evaluation criteria (BEC) at annexure-I to IFB.
h. Concurrent Commitment as per FORM F-6
i. Deployment Schedule of construction equipment, tools & tackles proposed for execution
of works as per FORM F-7.
j. Details of proposed organization along with CVs of key personnel for Home and Site
Office as per Proposal FORM F-8.
k. Detailed execution Philosophy/methodology of work as per FORM F-9 & structure
assigned for execution of work under this bid
l. Compliance to Bid Requirement as per Proposal FORM F-10.
m. Certificate of the bidder that no Agent is involved for the bidder as per FORM F-11.
n. Void
o. Certificate Indemnifying Govt. of India as per Proposal FORM 13.
p. Details of PF Registration No. as per proposal FORM F-15 (applicable for domestic
bidder).
q. Reply to Commercial Questionnaire FORM F-16.
r. Letter of authority in original physical form in favour of any one of bidder’s executive
having authority to attend the un-priced and price bid opening on specified dates and
venue as per FORM F-17.
s. List of Enclosures as required in FORM F-18.
t. Check list duly filled in as per FORM F-19.
u. Bidder’s queries for pre-bid discussion as per FORM F-20
v. Extended Stay Compensation as per Form F-21.
w. List of Consultants/ Sub-contractors, if any, and Memorandum of Understanding (MOU)
clearly defining their involvement and responsibility in this work.
x. Copies of documents defining constitution or legal status, place of registration and
principal place of business of the Company.
y. Bidder’s declaration that they are not under any liquidation, court receiver ship or similar
proceedings.
z. Integrity Pact as per Section 8.
aa. Project Schedule in the form of Bar Chart alongwith interlinking of various activities
meeting the progressive delivery/completion schedule.
bb. Technical details/documents as per bidding document.
cc. A confirmation that prices are quoted in requisite format strictly complying with the
requirement in envelope-II (price bid). However, copy of complete price schedule for
both the parts (with prices blanked out) shall be enclosed in techno-commercial bid
mentioning, “quoted” against each item.
dd. Master Index duly signed and stamped on each page.
ee. Any other information/ details required as per requirement of bidding documents.
ff Copy of Bidding Documents along with addendum/corrigendum no. .. duly signed and
sealed on each page, in token of confirmation that Bid Documents are considered in full
while preparing the bid and in case of award, work will be executed in accordance with
the provisions detailed in Bidding Documents
gg QA/QC Manuals.
hh Health Safety and Environment (HSE) Policy and HSE Manual

Note: All pages of the bid are to be signed & stamped.

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 6 of 16 24


11.3 Envelope II: Superscribing “Price Bid – Not to Open with Techno –
Commercial Un Price Bid”-(PART-II)

11.3.1 Part – II : shall contain original Price schedule / Schedule of Rates (SOR) duly filled and
signed and stamped on each page.

11.4. Envelope III; Superscribing “Bid Security”-PART-III.

11.4.1 Part-III: shall contain Bid Security in original & tender fee alongwith covering letter.

12. BID PRICES

12.1. The bidder shall quote bid prices on the appropriate format for “Schedule of Rates”/Price
schedule enclosed as part of bidding document.

12.2. The bidder shall quote the prices for items in the Schedule of Rates after careful analysis
of cost involved for the performance of complete work considering all parts of the
bidding documents. In case, any activity though specifically not covered but is required
to complete the work as per scope of work, scope of supply, specifications, standards,
drawings, GCC, SCC or any other part of bidding document, the prices quoted shall
deemed to be inclusive of cost incurred for such activity.

12.3. Unless stated otherwise in the bidding documents, the Contract shall be for the total
works as described in Bidding Document for the specified Sections (as specified in the
IFB) for which bidder intends to quote based on the prices in Schedule of Rates
submitted by the bidder and accepted by the Employer/Consultant. Bid for part scope of
work shall be rejected.

12.4. Prices must be filled in format for `Schedule of Rates' enclosed as part of bidding
document. If quoted in separate typed sheets and any variation in item description, unit
or quantity is noticed, the bid is liable to be rejected.

12.5. All duties and taxes including Custom duty, CVD, additional CVD, Service Tax, Works
Contract tax, Turnover Tax and other levies or any other statutory payment payable by
the Contractor under the Contract, or for any other cause, shall be included in the
Schedule of Rates.

12.6. The bidder shall provide break-up of Service tax and Excise duty and mention the rate of
Service tax and Excise duty (in percentage) in un-priced SOR as well as priced SOR.
Bidder shall provide Cenvatable bills so that BGL can claim the Cenvat benefit as per rule.

12.7. Prices quoted by the bidder, shall remain firm and fixed and valid until completion of the
Contract and will not be subject to variation on any account.

12.8. Bidder may note that Employer/Consultant will not issue any concessional form for
CST/LST.

12.9. The Bidder shall quote the prices both in figures as well as in words. There should not be
any discrepancies between the price indicated in figures and the price indicated in words.

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 7 of 16 25


12.10. Alternative bids shall not be considered.

12.11. Discount, if any, must indicate in the column provided in Schedule of Rates only.
Conditional discount, if offered, shall not be considered for evaluation.

13. BID CURRENCY:

13.1. Indian bidders must submit bid in Indian Rupees and receive payment in such currency.

14. PERIOD OF VALIDITY OF BIDS

14.1. The bid shall remain valid for acceptance for four (4) months from the bid due date. A
bid valid for a shorter period shall be rejected being non-responsive.

14.2. In exceptional circumstances, prior to expiry of the original bid validity period, the
Employer/ Consultant may request that the bidder extend the period of validity for a
specified additional period. The requests and the responses thereto shall be made in
writing (by e-mail/fax/post). A bidder may refuse the request without forfeiture of its bid
security. A bidder agreeing to the request will not be required or permitted to modify his
bid, but will be required to extend the validity of its bid security for the period of the
extension and in accordance with ITB clause 15 in all respects.

15. BID SECURITY

15.1. The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified in the
IFB.

15.2. The bid security is required to protect the Employer against the risk of bidder’s conduct
which would warrant the bid security’s forfeiture, pursuant to clause 15.7 of ITB.

15.3. The bid security in Indian Rupees for bidders quoting in Indian Rupees shall be in the
form of Demand Draft/ Banker’s Cheque in favour of Bhagyanagar Gas Limited., payable
at Hyderabad (issued by Indian Nationalised/Scheduled bank or first class international
bank) or in the form of an irrevocable Bank Guarantee in favour of Bhagyanagar Gas
Limited as per format enclosed at F-3.

BGL/MECON shall not be liable to pay any bank charges, commission or interest on the
amount of bid security.

In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from
any Indian scheduled Bank or a branch of an International bank situated in India and
registered with the Reserve Bank of India as scheduled foreign bank in case of Indian
Bidder. However, in case of Bank Guarantee from banks other than the Nationalized
Indian bank, the bank must be a commercial bank having net worth in excess of Rs. 100
Crores and a declaration to this effect should be made by such commercial bank either in
the bank guarantee itself or separately on its letterhead.

The bid security shall be valid for two (02) months beyond the validity of the bid as
specified in Clause 14 of ITB i.e. 6 (Six) months beyond deadline for bid submission..

15.4. Any bid not secured in accordance with clause 15.1 and 15.3 shall be rejected by
BGL/MECON as non-responsive.

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 8 of 16 26


15.5. Unsuccessful bidder’s bid security will be discharged or returned, as promptly as possible
but not later than 30 days after the expiration of period of bid validity prescribed by
BGL/MECON pursuant to clause 14.

15.6. The successful bidder’s bid security will be discharged upon the bidder’s accepting the
order, pursuant to clause 34 of ITB and furnishing the Contract Performance Guarantee
pursuant to clause 38 of ITB.

15.7. The bid security may be forfeited:

15.7.1. If a bidder withdraws its bid during the period of Bid validity.

15.7.2. In case of a successful bidder, if the bidder fails:


i) to accept the award in accordance with clause 34 of ITB or
ii) if a Bidder withdraws its bid during the period of Bid validity specified by the bidder on
the bid Form, or
iii) if a Bidder modifies his bid during the period of Bid Validity except if such modification is
solicited by BGL/MECON in writing, or
iv) to accept the arithmetic corrections pursuant to clause 31 of ITB and/or

v) in case of a successful Bidder, if the Bidder fails, within the specified period

a) to sign the Contract and


b) to furnish the performance guarantee in accordance with Clause 38 of ITB.

15.8. Bid security should be in favour of Bhagyanagar Gas Limited, Hyderabad and addressed
to BGL. Bid security must indicate the bid document and the work for which the bidder is
quoting. This is essential to have proper co-relation at a later date. The bid security shall
be in the format provided at Form F-3

15.9. Central Public Sector Undertakings of Government of India and firms registered with
NSIC are exempted from furnishing Bid Security, provided they are registered for the
quoted items upto the monitory limit, they intend to quote and subject to their enclosing
with their bid a copy of latest and current registration certificate.

16. PRE-BID MEETING


16.1. The bidder (s) or his designated representative, who have downloaded the bid document
and have confirmed their intention to bid are invited to attend a pre-bid meeting which
will take place at the address given at IFB.

16.2. The purpose of meeting will be to clarify issues and to answer queries on any matter that
may be raised at that stage.

16.3. The bidder is requested, as far as possible, to submit any queries by courier or by fax to
reach Consultant’s office not later than 4 days before the meeting. It may not be
practicable at the meeting to answer queries received late, but queries and
responses/clarifications will be transmitted in accordance with the following sub-clause.

16.4. The text of the queries raised and the responses given, together with any responses
prepared after the meeting will be transmitted without delay (without identifying the
sources of the questions) to all the purchasers of the bidding documents .Any
modifications of the bidding documents listed in clause 6.1 of ITB that may become
necessary as a result of the pre-bid meeting shall be made by the Employer exclusively

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 9 of 16 27


through the issue of an addendum pursuant to clause 8 of ITB and not through the
minutes of the pre-bid meeting

16.5. Non-attendance of the pre-bid meeting will not be a cause for disqualification of the
bidder.

17. FORMAT AND SIGNING OF BID

17.1. The original and all copies of the bid shall be typed or written in indelible ink (in the case
of copies, photocopies are also acceptable) and shall be signed by a person or persons
duly authorized to sign on behalf of the bidder. The name and position held by each
person signing, must be typed or printed below the signature. All pages of the bid except
for unamended printed literature where entries or amendments have been made shall be
initialed by the person or persons signing the bid.

17.2 The bid shall contain no alterations, omissions, or additions, unless such corrections are
initialed by the person or persons signing the bid.

18. ZERO DEVIATION:

18.1 Bidder to note that this is a ZERO deviation bidding document. Employer/Consultant will
appreciate submission of offer based on the terms and conditions in the enclosed GCC,
SCC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and
money in seeking clarifications on technical/ commercial aspect of the offer.

18.2 Not withstanding to the above, bids with the following deviation(s) to the bid conditions
shall be summarily rejected without any post bid reference to the bidder:

18.2.1. Firm prices


18.2.2. Earnest money deposit (EMD) / Bid bond
18.2.3. Scope of work
18.2.4. Specifications
18.2.5. Price schedule
18.2.6. Delivery / Completion Schedule.
18.2.7. Period of validity of bid
18.2.8. Price Reduction Schedule (PRS).
18.2.9. Performance Bank Guarantee (PBG) / Security Deposit.
18.2.10. Guarantee / Defect Liability Period
18.2.11. Arbitration / Resolution of dispute
18.2.12. Force Majeure.
18.2.13. Applicable laws
18.2.14. EPF registration in case of Domestic bidder
18.2.15. Any other condition specifically mentioned in the tender documents elsewhere that non-
compliance of the clause lead to rejection of the bid.
18.2.16. In case Bidder stipulate deviations, Owner/ MECON have the right to reject such bid at
its absolute discretion without giving any opportunity for such Bidder to make good such
deficiency.

19. E-PAYMENTS

19.1. Not Applicable

20. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAI NERS/ASSOCIATES -

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 10 of 16 28


DELETED

SUBMISSION OF BIDS

21. SEALING AND MARKING OF BIDS

21.1 Bid shall be submitted in the following manner in separately sealed envelopes duly superscribed
as below:

Part-I - Techno-commercial/ unpriced Bid


Part-II - Priced Bid
Part III - Original Bid Security & Tender Fee(if applicable)

21.2 Part-I shall contain original and four copies of UNPRICED BID complete with all technical and
commercial details other than price (with prices blanked out and copies of bid security). All the
unpriced bids shall be completely identical in all respects including enclosures and shall be
enclosed in separately sealed envelopes duly marked and addressed to the Employer. In the
event of any discrepancy between them, the original shall govern. The envelope shall also
indicate the name of the bidder.

21.3 Part-II - PRICED BID shall be submitted in one original copy with duly filled in Price schedule
sealed in a separate envelope duly marked and addressed to the Employer including the rate for
compensation of extended stay charges.

21.4 Part-III - BID SECURITY & TENDER FEE, IF ANY in original shall be submitted sealed in a
separate envelope duly marked and addressed to the Employer/BGL and shall be submitted to
BGL’s office at Hyderabad alongwith their offer.

215 The three envelopes containing PART-I, PART-II and PART-III should be enclosed in a larger
envelope duly sealed and marked and also bear the name and address of the Bidder and Tender
No.

21.6 If the envelope is not sealed and marked properly, BGL/MECON will assume no responsibility for
the Bid’s misplacement or premature opening.

21.7 Each bidder shall submit only one bid. A bidder who submits more than one bid will be rejected.

21.8 Each envelope shall indicate name and address of the bidder to enable the bid to be returned
unopened, if required.

22. DEADLINE FOR SUBMISSION OF BID

22.1. Bids must be received by MECON Limited at their Delhi office not later than the date
and time stipulated in the IFB

22.2. The Employer/Consultant may, in exceptional circumstances and at its discretion, on giving
reasonable notice by e-mail/fax or any written communication to all prospective bidders who
have downloaded the bid document extend the deadline for the submission of bids in which case
all rights and obligations of the Employer/Consultant and bidders, previously subject to the
original deadline will thereafter be subject to deadline as extended.

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 11 of 16 29


23. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

23.1. Any bid received by MECON after the deadline for submission of bids prescribed on main body of
IFB will be rejected and returned unopened to the bidder.

23.2. Unsolicited bids or bids being submitted to address other than one specifically stipulated in the
bid document will not be considered for opening / evaluation / award and will be returned to
such bidders.

24. MODIFICATION AND WITHDRAWAL OF BIDS

24.1. The bidder may modify or withdraw his bid after the bid submission but before the due date for
submission, provided that written notice of the modification/ withdrawal is received by BGL prior
to the deadline for submission of bids.

24.2. The modification shall also be prepared, sealed, marked and despatched in accordance with the
provisions of Clause 21, with the outer and inner envelopes additionally marked “modification” or
“withdrawal”, as appropriate. A withdrawal notice may also be sent by telex or cable, but
followed by a signed confirmation copy post marked not later than the deadline for submission of
bids.

24.3. No bid shall be modified after the deadline for submission of bid.
24.4. No bid shall be allowed to be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the bidder on the bid form.
Withdrawal of a bid during this interval shall result in the bidder’s forfeiture of its bid security,
pursuant to clause 15.7 of ITB.

BID OPENING AND EVALUATION

25. BID OPENING

25.1. Un-Priced Techno – Commercial bid opening:

BGL/MECON will open bids, including withdrawals and modifications made pursuant to Clause 24,
in the presence of bidders’ designated representatives who choose to attend, at date, time and
location stipulated in the IFB. The bidders’ representatives, who are present shall sign a bid
opening register evidencing their attendance.

25.3. Bidder’s names, the presence (or absence) and amount of bid security, and any other such
details as the consultant may consider appropriate will be announced by BGL.

26. PROCESS TO BE CONFIDENTIAL

26.1. Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of a Contract shall not be disclosed to bidders or any other
person officially concerned with such process. Any effort by a bidder to influence the
Employer/Consultant in any manner in respect of bid evaluation or award will result in the
rejection of that bid.

27. CONTACTING THE EMPLOYER

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 12 of 16 30


27.1. From the time of the bid opening to the time of the Contract award, if any bidder wishes to
contact the Employer for any matter relating to the bid it should do so in writing.

27.2. Any effort by a bidder to influence the Employer/Consultant in any manner in respect of bid
evaluation or award will result in the rejection of that bid.

28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

28.1. Techno-Commercial Bid Evaluation.

28.2. The Employer/Consultant will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required securities have been furnished,
whether the documents have been properly signed, and whether the bids are generally in order.

28.3. Prior to the detailed evaluation, the Employer/Consultant will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms, conditions
and specifications of the Bidding Documents without deviations, objections, conditionality or
reservations.

28.4. No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those
bidders whose technical and commercial bids contain any exception to the conditions and
stipulations of the Bidding Documents shall not be opened and returned un-opened to such
bidder(s).

28.5. The Employer/Consultant’s determination of a bid’s responsiveness is to be based on the


contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will
be rejected by the Employer, and may not subsequently be made responsive by the bidder by
correction of the nonconformity.

28.6. The Employer/Consultant will carry out a detailed evaluation of the bids previously determined to
be responsive in order to determine whether the technical aspects are in accordance with the
requirements set forth in the Bidding Documents. In order to reach such a determination, the
Employer will examine and compare the technical aspects of the bids on the basis of the
information supplied by the bidders, taking into account the following factors:

(a) Overall completeness and compliance with the Technical Specifications; quality, function and
operation of any process control concept included in the bid. The bid that does not meet
minimum acceptable standard of completeness/ specifications defined in the bid document,
consistency and detail will be rejected as non-responsive.

(b) Any other relevant factor, if any that the Employer deems necessary or prudent to be taken into
consideration.

28.7. Requisite forms contains all necessary information including those required for meeting qualifying
criteria stipulated in IFB, etc.

29. VOID

30. PRICE BID OPENING

30.1. The Employer shall inform the time, date and venue for price bid opening to all such bidders who
qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 13 of 16 31


bid opening at a short notice of 24 hours.

30.2. The Employer will open price bids of all bidders notified to attend price bid opening in presence
of authorised bidders’ representatives present at the time of priced bid opening. The bidder’s
representatives who are present shall sign bid-opening statement evidencing their attendance.

30.3. The bidder’s name, prices, and such other details as the Employer, at its discretion, may consider
appropriate will be announced and recorded at the time of bid opening.

31. ARITHMETIC CORRECTIONS

31.1. The bids will be checked for any arithmetic errors as follows.

31.2. Where there is a discrepancy between the amount in figures and in words, the amount in words
will govern and

31.3. Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted shall prevail and the total price
shall be corrected.

31.4. If the bidder does not accept the correction of errors, its bid will be rejected and the bid security
will be forfeited.

32. VOID

33. EVALUATION AND COMPARISON OF BIDS

33.1 The “Schedule of Rates” quoted for complete scope of work shall be taken up for evaluation.

33.2. To arrive at the evaluated price, loading on total quoted price shall be done on account of the
following:

i) Extended stay compensation as quoted by the bidders in line with Special Conditions of
Contract

33.3. Work for complete scope of work shall be awarded on least cost basis.

33.4 In case a Bidder does not quote for any items of Schedule of Prices, and the estimated price
impact of unquoted items is more than 10% of his quoted price, the bid will be rejected. If such
price impact of unquoted items is 10% or less of his total quoted price and under special
circumstances, Owner/ MECON decide to consider the bid, then for the purpose of comparison,
the unquoted items shall be loaded by price impact calculated on the basis of highest of the rates
quoted by other bidders and estimated rate. If such Bidder happens to be the selected Bidder,
price of unquoted items shall be considered inclusive in the total quoted price and no extra
payment shall be made for these quoted items.

33.5 Optional items, if any, shall not be considered for the purpose of arriving at the total cost.
However, in case the rates quoted by the selected Bidder for optional items, which are not to be
considered for evaluation, are considered high, the same shall be negotiated based on the lowest
quoted rates for these items amongst the bidders.

33.6 Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered by the
Bidders after opening of the prices, shall not be considered. However, if reduction is from the

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 14 of 16 32


recommended Bidder, such reduction shall be taken into account for arriving at the contract
value.

33.7 The unit prices quoted in the price bid is to be considered for evaluation and no cognizance will
be given to the supplementary/supporting document attached to the price bid, break-up of
prices, etc.

33.8 If discounts and prices etc., are not filled up in the Schedule of Prices and are not as per the
requirements of the Bidding Document, the same shall be ignored for evaluation & award.

AWARD OF CONTRACT

34. AWARD OF WORK.

34.1. The Employer will award the Contract to the successful bidder (s) whose bid has been
determined to be substantially responsive, meets the technical & financial criteria and/or have
been determined as a lowest bid on least cost basis to Employer and capacity of Bidders is as per
qualification criteria based on IFB and is determined to be qualified to satisfactorily perform the
Contract.

34.2. Employer also reserves the right to negotiate the quoted prices before award of work.

35. EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

35.1. The Employer reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the contract without thereby incurring any liability to
the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the
ground for Employer/Consultant’s action.

36. NOTIFICATION OF AWARD

36.1. Prior to the expiration of period of bid validity BGL will notify the successful bidder in writing by
fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award /
Fax of Acceptance will constitute the formation of the Contract.

36.2. The Progressive Delivery / Completion period shall commence from the date of notification of
award / Fax of Intent(FOI).

36.3. The notification of award will constitute the formation of a Contract, until the Contract has been
effected pursuant to signing of Contract as per Clause 4 of ITB.

37. CONTRACT AGREEMENT

37.1. Contract documents for agreement shall be prepared after the acceptance of bid. Until the final
contract documents are prepared and executed this bid document together with the annexed
documents, modifications, deletions agreed upon by the Employer and bidders acceptance there
of shall constitute a binding contract between the successful Bidder and the Employer based on
terms contained in the aforesaid documents and the finally submitted and accepted prices.

37.2. The Contract document shall consist of the following:

a) Original Bidding Document along with its enclosures issued.

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 15 of 16 33


b) Amendment/Corrigendum to original Bidding Document issued, if any.

c) Fax of Intent.

d) Detailed letter of Award/Acceptance along with Statement of Agreed Variation (if any)
and enclosures attached therewith.

37.3. After the successful bidder has been notified for acceptance of his bid, the bidder is required to
execute the Contract Agreement within 15 days of receipt of Fax of Acceptance in the form
provided in the Bidding Documents. The Contract Agreement is to be executed on the non-
judicial paper of appropriate value (the cost of stamp paper shall be borne by the Contractor).

37.4. In the event of failure on the part of the successful bidder to sign the Agreement within the
above-stipulated period, the Bid Security shall be forfeited and the acceptance of the tender shall
be considered as cancelled.

38. PERFORMANCE GUARANTEE

38.1 Pursuant to clause no. 24 of GCC-Works bidder will provide Performance Guarantee of
appropriate value within 15 days of receipt of FOA from the Employer. The Performance
Guarantee shall be in form of either Demand Draft or Banker’s Cheque or irrevocable Bank
Guarantee and shall be in the currency of Contract.

Failure of the successful bidder to comply with the requirement of this clause shall constitute a
breach of contract, cause for annulment of the award, forfeiture of the bid security and any such
remedy the Employer may take under the Contract pursuant to Clause 32 (C) of GCC-Works and
the Employer may resort to awarding the Contract to the next ranked bidder.

39. CORRUPT AND FRAUDULENT PRACTICES

39.1 The Employer requires that Bidders/Contractors observe the highest standard of ethics during the
execution of Contract. In pursuance of this policy, the Employer defines, for the purposes of this
provision, the terms set forth below as follows:

i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value
to influence the action of public official in contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the


execution of a Contract to the detriment of the Employer, and includes collusive practise
among bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Employer of the benefits of free and
open competition.

39.2. The Employer will reject a proposal for award if it determines that the bidder recommended for
award has engaged corrupt or fraudulent practices in competing for the Contract in question:

39.3. The Employer will declare a firm ineligible for a period pursuant to clause 32 (C) of GCC.

39.4. The bidder(s) are required to execute the “Integrity Pact” attached in the bid document . In case
a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

40. WAIVER OR TRANSFER OF THE AGREEMENT

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 16 of 16 34


40.1. The successful bidder shall not waive the Agreement or transfer it to third parties, whether in
part or in whole, nor waive any interest that is included in the Agreement without the prior
written permission of the Employer.

41. ORDER OF PRESIDENCE

41.1. The Articles contained in this Section shall supplement to the Special Conditions of Contract,
General Conditions of Contract – Works. Where any portion of Special Conditions of Contracts,
and General Conditions of Contract – Works is repugnant or at variance with any provisions of
Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the provision(s) of
Special Conditions of Contract, and General Conditions of Contract – Works only to the extent
that such repugnancies of variations in Instructions to Bidders are not possible of being
reconciled with the provisions of Special Conditions of Contract, General Conditions of Contract –
Works.

42. UNSOLICITED POST TENDER MODIFICATIONS

42.1 Bidders are advised to quote as per terms and conditions of the Bidding Document and not to
stipulate deviations/ exceptions. Once quoted, the bidder shall not make any subsequent price
changes, whether resulting or arising out of any technical/ commercial clarifications and details
sought on any deviations, exceptions or stipulations mentioned in the bid unless any amendment
to Bidding Document is issued by BGL/ MECON. Similarly, no revision in quoted price shall be
allowed should the deviations stipulated by him are not accepted by BGL/MECON and are
required to be withdrawn by him in favour of stipulation of the Bidding Document. Any
unsolicited proposed price change is likely to render the bid liable for rejection.

D:\BGL - Kakinada\Laying\Vol I\02 ITB.doc Page 17 of 16 35


3.0 PROPOSAL FORMS

CNG & CITY GAS DISTRIBUTION PROJECT AT


KAKINADA

36
BID DOCUMENT NO. 05/51/23LZ/BGL/001-i)

PROJECT : CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA

FORM F-1

BIDDER’S GENERAL INFORMATION

To

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

1-1 Bidder Name: ________________________________________


1-2 Number of Years in Operation: ________________________________________
1-3 Address of Registered Office: ________________________________________

City________________ District _________


State _______________ PIN/ZIP__________

1-4 Operation Address


if different from above: ________________________________________

________________________________________

City________________ District _________


State _______________ PIN/ZIP__________

1-5 Telephone Number: _______________________________________


(Country Code) (Area Code) (Telephone Number)

1-6 E-mail address: ________________________________________


1-7 Website: ________________________________________
1-8 Fax Number: ________________________________________
(Country Code) (Area Code) (Telephone Number)
1-9 ISO Certification, if any {If yes, please furnish details}
1-10 Bid Currency __________________________________
1-11 Port of shipment __________________________________
1-12 Whether Supplier / Manufacturer _____________________________________
Dealer/Trader/Contractor

1-13 Type of Material Supplies : _____________________________________

1-14 Banker’s Name : _____________________________________

1-15 Branch : _____________________________________

1-16 Branch Code : _____________________________________

1-17 Bank account number : _____________________________________

ONLY FOR INDIAN BIDDERS

1-18 Excise Registration number : _____________________________________

1-19 Excise Range : _____________________________________

1-20 Excise Division : _____________________________________

37
1-21 Excise Collectorate : _____________________________________

1-22 Local ST No. : _____________________________________

1-23 CST No. : _____________________________________

1-24 PAN No. : _____________________________________

1-25 Whether SSI Registrant Or not : _____________________________________

(SIGNATURE OF BIDDER WITH SEAL)

38
BID DOCUMENT NO. 05/51/23LZ/BGL/001-i)
PROJECT : CNG & CITY GAS DISTRIBUTION PROJECT AT KAKINADA

FORM F-2

BID FORM AND ANNEXURE TO BID FORM


To

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir,

Having examining/reviewing the Bidding Documents for the above Contract, including Conditions of
Contract, Specification and Schedule of Rates the receipt of which is hereby duly acknowledged, we,
the undersigned, are pleased to bid to execute, complete and maintain the whole of the works as
described in, conformity with, the said Bidding Documents, including Addenda Nos. ____________.

We undertake, if our Bid is accepted, to commence the Works within ( ) days, and to complete and
deliver the Works in accordance with the Contract within ( ) months calculated from the date of issue of
Notification of Award of Works and in accordance with the Time Schedule provided in the bid
document.

If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the
Contract Price, for the due performance of Contract.

We agree to abide by this Bid for a period of 120 ( One Hundred Twenty) days from the date fixed for
Bid closing / submission and it shall remain binding upon us and may be accepted by any time before
the expiration of that period.

We have attached the Appendix to the Bid Form duly completed and signed. Until a final
contract is prepared and executed, the Bid together with your written acceptance thereof in your
notification of award shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest priced or any bid that you may receive.

SEAL AND SIGNATURE


DATE:

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:

39
ANNEXURE –I TO BID FORM

PROFORMA OF BANK GUARANTEE


FOR CONTRACT PERFORMANCE GUARANTEE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sirs,

M/s. ____________________________________ having registered office at


____________________________ (hereinafter called the "CONTRACTOR" which expression shall wherever
the context so require include its successors and assignees) have been awarded the work of
____________________________ for Bhagyanagar Gas Limited, Hyderabad

The Contract conditions provide that the CONTRACTOR shall pay a sum of Rs.
______________________(Rupees _______________________ only) as Initial/full Contract Performance
Guarantee in the form therein mentioned. The form of payment of Contract Performance Guarantee includes
guarantee executed by Nationalised Bank, undertaking full responsibility to indemnify Bhagyanagar Gas
Limited (hereinafter called "OWNER" whichh expression shall wherever the context so require, include its
successors and assignees) in case of default.

The said ___________________________________ has approached the BANK (hereinafter called "BANK",
which expression shall wherever the context so require include its successors and assignees) and at their
request and in consideration of the premises, we, having our office at ______________________________
have agreed to give such guarantee as hereinafter mentioned.

1. We ________________________________ hereby undertake to give the irrevocable and


unconditional guarantee with you that if default shall be made by M/s.
______________________________ in performing any of the terms and conditions of the Contract
or in payment of any money payable to Bhagyanagar Gas Limited. We shall on first demand without
demur, reservation, contest, recourse or protest and/or without reference to the CONTRACTOR pay
to OWNER in such manner as OWNER may direct the said amount of Rupees
__________________ only or such portion thereof not exceeding the said sum as OWNER may
from time to time require.

2. OWNER will have the full liberty without reference to us and without affecting this
guarantee to postpone for any time or from time to time the exercise of any of the powers and rights
conferred on OWNER under the contract with the said CONTRACTOR and to enforce or to forbear
from enforcing any powers or rights or by reason of time being given to the said CONTRACTOR and
such postponement or forbearance would not have the effect of releasing the BANK from its
obligation under this DEBT.

3. Your right to recover the said sum of Rs._____________________(Rupees


______________________ only) from BANK in manner aforesaid will not be affected or suspended
by reason of the fact that any dispute or disputes have been raised by the said
M/s_______________________________________ and/or that any dispute or disputes are pending
before any officer, tribunal or court and any demand made by OWNER in the BANK shall be
conclusive and binding. The BANK shall not be released of its obligations under these presents by
any exercise by OWNER of its liberty with reference to matters aforesaid or any of their or by reason
or any other acts of omission or commission on the part of OWNER or any other indulgence shown
by OWNER or by any other matter or thing whatsoever which under law would, but for this provision,
have the effect of releasing the BANK.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of the CONTRACTOR but shall in all respects and
for all purposes be binding and operative until payment of all money due to OWNER in respect of
such liabilities is paid.

40
5. This guarantee shall be irrevocable and shall remain valid upto ____________________________
(This date should be 90 (Ninety) days after the expiry of defect liability period) in accordance with
the terms of contract which period is deemed to complete on ___________________. The BANK
undertakes not to revoke this guarantee during its currency without previous consent of OWNER
and further agrees that the Guarantee contained shall continue to be enforceable till the OWNER
discharges this guarantee. However, if for any reason, the CONTRACTOR is unable to complete the
work within the period stipulated in the contract and in case of extension of the date of completion
resulting in extension of defect liability period or the CONTRACTOR fails to perform the work fully,
the BANK hereby agrees to further extend this guarantee at the instance of the CONTRACTOR till
such time as may be determined by the OWNER.

If any further extension of this guarantee is required, the same shall be extended to such required
period on receiving instructions from M/s____________________ on whose behalf this guarantee is
issued.

6. The BANK also agrees that OWNER at its option shall be entitled to enforce this guarantee against
the surety, as a principal debtor in the first instance without proceeding against CONTRACTOR and
not withstanding any security or other guarantee that OWNER may have in relation to the
CONTRACTOR's liabilities.

7. The Bank Guarantee's payment of an amount is payable on demand and in any case within 24
hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 24% per annum shall become payable immediately
and any dispute arising out of or in relation to the said Bank Guarantees shall be subject to the
jurisdiction of Hyderabad Courts.

8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Contractor up to a total amount of (amount of guarantees in words and figures) and we undertake to
pay you, upon your first written demand declaring the Contractor to be in default under the contract
and without caveat or argument, any sum or sums within the limits of (amount of guarantee) as
aforesaid, without your needing to prove or show grounds or reasons for your demand or the sum
specified therein.

This guarantee is valid until the _______day of_______2009.

9. We have power to issue this guarantee in your favour under memorandum and Article of Association
and the undersigned has full powers to do so under the Power of Attorney / Resolution of the Board
of Directors dated_________ accorded to him by the bank.

Yours faithfully,
(Signature of a person duly
authorised to sign on behalf
of the Bank)

Place:
WITNESS:

1................................................... (Signature)
.................................................. (Printed Name)

2. ................................................. (Designation)
................................................... (Common Seal)

41
ANNEXURE-II TO BID FORM

PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE


(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................
Bank Guarantee No.---------
Date...............

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

In consideration of the Bhagyanagar Gas Limited, hereinafter called the "Owner" which expression shall
unless repugnant to the context or meaning thereof include its successors, executors, administrators
and assignees, having awarded to M/s............................. having its registered office at
............................... hereinafter referred as the 'CONTRACTOR', which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and
assignees, a contract hereinafter referred to as the 'Contract' for related works................ referred to as
the 'WORK' on terms and conditions set out, inter-alia in the Owner's Contract No.............dated............
valued at........................................ (in words & figures)
and as the Owner having agreed to make an advance payment for the performance of the above
contract to the CONTRACTOR amounting to.............................(in words & figures) as an advance
against Bank Guarantee to be furnished by the CONTRACTOR.

We........................................... hereinafter referred to as the BANK which expression shall, unless


repugnant to the context or meaning thereof, include its successors, administrators, executors and
assignees having our office at......................... do hereby undertake to give the irrevocable and
unconditional guarantee and do hereby undertake to pay the OWNER on first demand without any
demur, reservation, contest, recourse, protest and without reference to the CONTRACTOR any and all
monies payable by the CONTRACTOR by reason of any breach by the said CONTRACTOR of any of
the terms and conditions of the said Contract to the extent of..................... till the said advance is
adjusted as aforesaid at any time upto.......................... We agree that the guarantee herein contained
shall continue to be enforceable till the sum due to the Owner on account of the said advance is
adjusted/recovered in full as aforesaid or till the Owner
discharges this guarantee.

The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK under
this guarantee, from time to time to vary the advance or to extend the time for performance of the works
by the CONTRACTOR. The BANK shall not be released from its liability under these presents by any
exercise of the Owner of the liberty with reference to the matter aforesaid.

The Owner shall have the fullest liberty, without reference to CONTRACTOR and without affecting this
guarantee to postpone for any time or from time to time the exercise of any powers vested in them or of
any right which they might have against the CONTRACTOR, and to exercise the same at any time in
any manner, and either to enforce or to forebear to enforce any power, covenants contained or implied
in the Contract between the OWNER and the CONTRACTOR or any other course or remedy or security
available to the OWNER and the BANK shall not be released of its obligations under these presents by
any exercise by the OWNER of its liberty with reference to matters aforesaid or other acts of omission
or commission on the part of the OWNER or any other law would, but for this provision, have the effect
of releasing the BANK.

The right of the OWNER to recover the outstanding sum of advance upto Rs.................. from the BANK
in the manner aforesaid will not be affected or suspended by reason of the fact that any dispute or
disputes has or have been raised by the CONTRACTOR and/or that any dispute or disputes is or are
pending before any officer, tribunal or court and any demand made by OWNER on the BANK shall be
conclusive and binding.

42
The BANK further undertakes not to revoke this guarantee during its currency without previous consent
of the OWNER and further agrees that the guarantee contained shall continue to be enforceable till the
OWNER discharges this guarantee.

The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee against
the BANK as a principal debtor, in the first instance, notwithstanding any other security or guarantee
that OWNER may have in relation to the CONTRACTOR's liabilities towards the said advance.

The Bank Guarantee's payment of an amount is payable on demand and in any case within 24 hours of
the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to release
payment on demand, a penal interest of 24% per annum shall become payable immediately and any
dispute arising out of or in relation to the said Bank Guarantee's shall be subject to the jurisdiction of
Hyderabad Courts.

Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the Contractor
up to a total amount of (amount of guarantees in words and figures) and we undertake to pay you, upon
your first written demand declaring the Contractor to be in default under the contract and without caveat
or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your
needing to prove or show grounds or reasons for your demand or the sum specified therein.

Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended from
time to time for such periods as may be advised by M/s on whose behalf this guarantee has been
given.

We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution of the
Board of Directors dated............... accorded to him by the BANK.
Dated.................this.............day of...............20 ...............

Signed by
(Person duly authorised by Bank)

Place:

WITNESS :

1...................................... (Signature)
...................................... (Printed Name)

2...................................... (Designation)
......................................

(Common Seal)

43
INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper
as per stamp duty applicable. The non-judicial stamp paper should be in name of the
issuing bank. In case of foreign bank, the said bank guarantee to be issued by its
correspondent bank in India on requisite non-judicial stamp paper and place of bid to
be considered as Delhi.
2. The bank guarantee by bidders will be given from bank as specified in ITB.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said
bank guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer
4. If a bank guarantee is issued by a commercial bank, then a letter to Owner confirming
its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its
equivalent in foreign currency along with a documentary evidence.

44
FORM F-3

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/


BID SECURITY
(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No........


Date......................

To
Bhagyanagar Gas Limited
Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir(s),

In accordance with Invitation for Bid under your reference No___________


M/s.______________________________ having their Registered / Head Office at
_________________________(hereinafter called the Tenderer) wish to participate in the said
bidding for _________________________________________________________________
As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is
required to be submitted by the Bidder as a condition precedent for participation in the said
bidding which amount is liable to be forfeited on the happening of any contingencies mentioned
in the Bidding Document.

We, the ____________________________________ Bank at______________________


having our Head Office ____________________________________________________
(Local Address) guarantee and undertake to pay immediately on demand without any recourse
to the bidder by Bhagyanagar Gas Limited, the amount________________
_________________without any reservation, protest, demur and recourse. Any such demand made by
BGL, shall be
conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should be 6
months after the date finally set out for closing of bidding]. If any further extension of this guarantee is
required, the same shall be extended to such required period on receiving instructions from
M/s._______________________________________________________________________________
whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this
___________day of ____________2010 at____________.

WITNESS:

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp

(OFFICIAL ADDRESS)

Attorney as per
Power of Attorney No.________
Date: _____________________

45
INSTRUCTIONS FOR FURNISHING BANK GUARANTEE

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp duty
applicable. The non-judicial stamp paper should be in the name of the issuing bank. In case of
foreign bank, the said banks guarantee to be issued by its correspondent bank in India on
requisite non-judicial stamp paper.

2. The expiry date as mentioned in bid document should be arrived at by adding 2 months to the
date of expiry of the bid validity unless otherwise specified in the Bidding Documents.

3. The bank guarantee by bidders will be given from bank as specified in ITB

4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank
guarantee /all future communication relating to the Bank Guarantee shall be forwarded to the
Employer at its address as mentioned at ITB under intimation to Consultant.

5. Bidders must indicate the full postal address of the bank along with the bank’s e-mail/ Fax no.
from where the earnest money bond has been issued.

6. If a bank guarantee is issued by a commercial bank, then a letter to Employer confirming its net
worth is more than Rs. 1,000,000,000/- (Rupees one hundred crore) or equivalent along with a
documentary evidence under intimation to Consultant.

46
FORM F-4

DETAILS OF SIMILAR WORK DONE DURING PAST SEVEN YEARS

Sr. Description of the work Location Full Postal Address Value of Date of Scheduled Date of Reasons for
No. of the and phone nos. of Contract Commence- Completion Actual delay in project
work Client & Name of ment of Work Time Completion completion, if
Officer-in-Charge (Months) any

Note: Copies of Letter of awards and completion certificate for the above works to be enclosed. The Work completed earlier than seven years need not be
indicated here
The list of work, not of similar nature need not be indicated here Failing to comply aforementioned instructions may lead to rejection of bid.

SIGNATURE OF BIDDER : _____________________________

NAME OF BIDDER : ___________________________________

47
FORM F-5

PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE

Bidder shall furnish their experience details with reference to the Work, which pre-qualify them in line
with Bid Evaluation Criteria mentioned in IFB.

Sl. Description Details


No.
DETAILS OF Similar works EXECUTED BY BIDDER (Complying the requirement of IFB)
Basis of Bid Submission Individual …

In case of Single Bidder

Name of project, location

Description of work

Name of Owner, Postal Address,


Phone/ Fax No./ E-mail Address

Name of Consultant, Postal


Address, Phone/ Fax No../ E-mail
Address

Details of Work executed - Diameter of Pipeline ----------------------


- Total length of Pipeline------------------
- ANSI Rating ------------------------
Total length of Pipeline installed in a single
stretch having minimum ----------
- Above Pipeline is buried hydrocarbon gas
pipeline

Yes … No …

- The above pipeline project involved the


following

i) Construction Management

Yes … No …

ii) Installation & Testing

Yes … No …

Completion Dates - Date of award : _______________


- Starting date :_______________
- Scheduled Completion Date : ________
- Actual Completion Date : ________
- Reasons for delay, if any : ________

Supporting Document Whether copy of Work Order/ Contract Agreement


enclosed

Yes … No …

Whether Completion Certificate

48
Sl. Description Details
No.

Yes … No …

Annual Turnover Statement

Yes … No …

In case of Consortium – Not Applicable

Consortium Details Not Applicable

Description of work Not Applicable

Name of Owner, Postal Address, Not Applicable


Phone/ Fax No./ E-mail Address

Name of Consultant, Postal Not Applicable


Address, Phone/ Fax No../ E-mail
Address

Sections quoted Not Applicable

Details of work executed by Not Applicable


Leader

If the job has been executed as a Not Applicable


member of consortium / joint
venture, Bidder shall furnish
Agreement / MOU between the
consortium members clearly
defining the scope &
responsibility of each member.

Completion Dates Not Applicable

Note: Bidder should indicate details of similar experience separately for each work, which they consider
suitable in line with Bid evaluation criteria, stipulated in IFB. Detail of more Projects may be furnished in
the same format. Bidder to note that non-submission of relevant documents may lead to rejection of
their bid. Owner reserves the right to evaluate the bids on the details furnished without seeking any
subsequent additional information.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

49
FORM F– 5a

ANNUAL TURNOVER

Annual Turnover data for the last 3 years:

Year Currency Amount


Year 1: 2008 – 09
Year 2: 2007 – 08
Year 3: 2006 – 07

1. The information supplied should be the Annual Turnover of the bidder

2. A brief note should be appended describing thereby details of turnover as per audited results.

SIGNATURE OF THE BIDDER : ____________________________________

NAME OF THE BIDDER : ___________________________________

50
FORM F-5b

FINANCIAL SITUATION

Bidder’s Name : Date :


Bidding Document No. :

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR

Description Year
Amount (Currency)

1. Current assets
2. Current Liabilities
3. Working Capital (Current Assets-Current
liabilities)

4. Net Worth
Owners funds (Paid up share capital and Free
Reserves & Surplus) (NW)
5. Profits before taxes (PBT)
6. Return on Equity (PBT/NW) x 100

1. Attached are copies of the audited balance sheets including all related notes and income
statement for the last Audited Financial year, as indicated above, complying with the following
conditions.
1.1 All such documents reflect the financial situation of the bidder
1.2 Historic financial statements must be audited by a certified chartered accountant.
1.3 Historic financial statements must be complete, including all notes to the financial statements.
1.4 Historic financial statements must correspond to accounting periods already completed and
audited (no statement for partial periods shall be requested or accepted)

SIGNATURE OF THE BIDDER : ____________________________________

NAME OF THE BIDDER : ___________________________________

51
FORM F-6

CONCURRENT COMMITMENTS

Sl. Full postal address Description Value of Date of Schedule % Expected Remark
No. of officer-in-charge of the work Contract Commenceme Completion Period completio date or
/contract person nt of work n as on Actual Date
With fax/telephone date of
/contact person Completion
With fax/telephone
Nos.

SIGNATURE OF BIDDER : _____________________________

NAME OF BIDDER : _____________________________

52
FORM F-7

DETAILS OF PROPSED EQUIPMENTS , TOOLS & TACKLES

Sr. Equipment Description Nos. Capacity & If owned by Bidder If likely to be If to be Hired Remark
No. make Present Expected purchased by Source of Referenc
Location Date of Bidder, Hiring e of
Availability expected Consent
date of Letter
Purchase

Note - 1. In case of equipment are to be hired, Bidder shall indicate the source of Hiring and enclose the consent letter from such sources.
2. Bidder shall clearly indicate the expected date of availability of Owned/ Hired equipment.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

53
FORM F-8

DETAILS OF PROPOSED ORGANISATION

NAME OF WORK :

BIDDING DOCUMENT NO. :

The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed
to be deployed for execution of the work. Bidder shall also furnish the bio-data of Site-in-
Charge and key personnel to be deployed.

Bidder understand that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number and/or
categories, if required if directed by Engineer-in-Charge in order to compete the work within the
completion schedule and quoted lump sum price.

SIGNATURE OF BIDDER : ________________________

NAME OF BIDDER : ________________________

54
FORM F-9

DETAILED EXECUTION PHILOSOPHY PROPOSED FOR JOB


UNDER CONSIDERATION

NAME OF WORK :

TENDER NO :

WHETHER TO BE CARRIED OUT


Sl.
DESCRIPTION IN-HOUSE/OUTSOURCING WITH
No.
NAME OF PROPOSED SUBCONTRACTOR
1. Project Management

2. Fabrication, construction/
installation
3. Testing and commissioning
4.
5.
6.
7.

NOTE: 1. Bidder to give a detailed write-up on all above activities chapter wise and
will be evaluated by Employer/Consultant.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

55
FORM F-10

COMPLIANCE TO BID REQUIREMENT

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir(s),

We confirm that our Bid complies with the total Techno-Commercial requirements of Bidding
Document and its amendment (if any) without any deviation.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

56
FORM F-11

CERTIFICATE OF NON-INVOLVEMENT OF AGENT

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir,

This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate who is
not an employee of _____________________ (name of your company) for payment of any
remuneration thereof in India or abroad. Therefore, no Agent’s / Representative’s / consultant’s
commission is payable in India or abroad against this Contract.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

57
FORM F-12

PROFORMA FOR DETAILS OF INDIAN AGENT

DELETED

58
FORM F-13

CERTIFICATE INDEMNIFYING GOVERNMENT OF INDIA

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir(s),

It is expressly understood and agreed by and between the Contractor and the Owner that the Owner
is entering into this agreement solely on its own behalf and not on behalf of any other person or entity.
In particular, it is expressly understood and agreed that the Government of India is not a party to this
agreement and has no liabilities that the Owner is an independent legal entity with power and
authority to enter into contracts, solely in its own behalf under the applicable laws of India and general
principles of Contract Law. The Contractor expressly agrees, acknowledges and understands that the
Owner is not an agent, representative or delegate of the Government of India. It is further understood
and agreed that the Government of India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the contract. Accordingly, contractor hereby
expressly waives, releases and foregoes any and all actions or claims, including cross claims,
impleader claims or counter claims against the Government of India arising out of this contract and
covenants not to sue to Government of India as to any manner, claim, cause of action or things
whatsoever arising of or under this agreement.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

59
FORM F-14

DECLARATION OF BIDDER’S INDIAN INCOME TAX LIABILITY


(FOR FOREIGN BIDDER)

DELETED

60
FORM F-15

DETAILS OF P.F. REGISTRATION

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir(s),

We confirm that the following PF account is under operation and shall be used for all PF related
activities for the labour engaged by us for the work (awarded to us).

PF REGISTRATION NO. :

DISTRICT & STATE :

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

61
FORM F-16

COMMERCIAL QUESTIONNAIRE

SL. NO. BGL’S QUERY BIDDER’S REPLY/


CONFIRMATION
1.0 Confirm that Bid Security as per bid stipulations have been
furnished along with bid
2.0 Confirm that Bid is valid for a period of four months from
the date of submission of Bid.
3.0 Confirm that all details in unpriced part have been
submitted in 5 copies (1 Original + 3 copies). Bidding
Document and drawings, signed and stamped on each
page shall be submitted in original..
4.0 Confirm that Prices have been submitted strictly as per
schedule of rates/price schedule of the bidding
document.
5.0 Confirm your compliance to critical stipulations of bid
document as mentioned in ITB as this is a zero deviation
tender,.
6.0 Confirm your compliance to scope of work mentioned in
the Bidding Document
7.0 Confirm that all materials shall be supplied as per
standards & specifications given in the Bidding Document.
Please note that scope of supply mentioned in the Bidding
Document is not limitative. Except for the material
specifically identified as that to be issued by
Employer/Consultant, Contractor's scope shall include
supply of all materials required for completion of Work
irrespective of whether such materials are mentioned in
the Bidding Document or not.
8.0 Confirm your acceptance for Time Schedule as mentioned
in Bidding Document.
9.0 Confirm that your quoted prices includes the cost for
carrying out complete work as per drawing/specific
requirement / schedule of price/ scope of work, scope of
supply mentioned in the bidding document whether
expressly mentioned in the item description of SOP or not.
10.0 Confirm that the quoted prices include all taxes, duties and
other levies as specified in the Bidding Document.
11.0 Confirm that adequate numbers of construction
equipments, tools, tackles, etc. have been proposed which
will be sufficient to complete the work as per the time
schedule.
12.0 Confirm that you have proposed adequate Project/Site
organization with qualified supervisory personnel having
Sufficient experience and the chart is enclosed.
13.0 Confirm your acceptance to the minimum construction
equipments mentioned in the Bidding document.
14.0 Confirm your acceptance to the minimum construction
manpower mentioned in the bidding document.
15.0 Confirm that there is no terms & conditions mentioned in
the Price part and in case any terms and conditions is
mentioned, the same shall be treated as null & void.
16.0 Please confirm that all safety rules & regulations as
mentioned in bidding document or notified at later date by
Employer/Consultant during execution shall be adhered by
Contractor within quoted Prices.

17.0 Detailed planning schedule developed by Contractor after


Contract award may be subject to fluctuations depending
upon actual progress of the project and available Work

62
SL. NO. BGL’S QUERY BIDDER’S REPLY/
CONFIRMATION
front. Co-ordination and making available by Contractor of
all staff, manpower, construction equipment, tools, cranes,
etc. and materials as required for a timely Completion of
all Work as per Employer/Consultant's construction and
priority schedule and in accordance with the available
Work front are to be included in the pricing".
Notwithstanding the above provision, the bidder shall
submit these details in accordance with the volume of
work, which may be reviewed and commented by us
during pre award stage/ post award stage
18.0 Confirm that all the forms are filled and submitted along
with un-price part of offer, strictly as per proforma given in
the bidding document.
19.0 Confirm that your price is firm & fixed till completion of
work in all respect as specified in Bidding Document.

20.0 Confirm that you have submitted Consortium Agreement Not Applicable
in case of Consortium Bid is applicable for this tender as
per IFB/ITB
21. Please confirm Payment terms as per SCC
22 Please confirm that Contract-cum-Equipment-
Performance Bank Guarantee (CPBG) for 10% of
order/contract value shall be furnished as per provision of
bid document
23 Please confirm the content / text of SOR is same as per
tender document and not modified by the bidder.
24 Confirm all terms & conditions are acceptable as per
tender document.
25 Schedule of Rates/ Prices without specifying the rates/
prices are submitted in unpriced part, exactly as per the
priced portion submitted in Part-II. In case some of items
have not been quoted, such items should be identified in
blank price format.
26 Addendum duly signed and stamped on each page as a
token of acceptance (applicable if issued).
27 Confirm Acceptance of Labour rates submitted as per
Annexure of SCC.
Note:
Please note that Schedule of Rates/ Prices embodied in
the Bidding Document is deemed to include all activities of
work specified under Scope of Work, Scope of Supply,
technical specifications, Conditions of Contract, drawings
or any other document forming part of Bidding Document,
irrespective of whether such activities of work are
specified in the Schedule of Rates/ Prices or not.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

STAMP OF THE ORGANISATION : ___________________

63
FORM F-17

LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT


NEGOTIATIONS/CONFERENCES

No. Date:

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir,

We _____________________________________ hereby authorize following representative(s) to


attend un-priced bid opening and price bid opening and for any other correspondence and
communication against above Bidding Document:

Name & Designation _______________________ Signature _________________

Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorized


representatives.

Yours faithfully,
Signature
Name & Designation
For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a
person competent and having the power of attorney to bind the bidder.

Not more than two persons are permitted to attend techno –commercial un-priced and price
bid opening.

64
FORM F-18

LIST OF ENCLOSURES

Bhagyanagar Gas Limited


Parisrama Bhavan
APIDC Building, Basheer Bagh
Hyderabad – 500 004

Dear Sir,

WE CONFIRM THAT ALL THE DOCUMENTS AS REQUIRED AT CLAUSE NO.11 OF


INSTRUCTIONS TO BIDDERS (ITB) ARE ENCLOSED IN THE SAME SEQUENCE AS SOUGHT
THEREIN AS PART-I IN ONE ENVELOPE DULY SUPERSCRIBED.

PRICE BID ARE KEPT IN SEPARATE SEALED ENVELOPE AS PART-II.

BID SECURITY & TENDER FEE ARE KEPT AS PART-III.

ALL THE THREE PARTS SHALL BE KEPT IN A SINGLE ENVELOPE AND SHALL BE
SUPERSCRIBED AS STATED AT IFB.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

65
FORM F-19

CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to
facilitate the bidder to make sure that the necessary data/information as called for in the bid document
has been submitted by them along with their offer. This, however, does not relieve the bidder of his
responsibilities to make sure that his offer is otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

S. NO. DESCRIPTION STATUS


1.0 Signing and stamping each sheet of offer, original bid document
including drawings, addendum (if any)

2.0 Confirm that the following details have been submitted in the Un-
priced part of bid

a) Covering Letter, Letter of Submission

b) Letter of Authority in physical form

c) Signed and stamped original copy of bidding document along


with drawings and addendum (if any)

d) Power of Attorney in the name of person signing the bid,

e) Detailed activity schedule proposed to be adopted for execution


of work and completion in the form of Bar Chart

f) VOID

g) Agreed Terms & Conditions duly filled in and signed by the bidder

3.0 Confirm that all forms duly filled in are enclosed with the bid duly
signed by authorised person(s)

4.0 Confirm that the price part of bid as per Price Schedule format
enclosed with Bidding Document has been duly filled in for each
item, signed and stamped on each page separately

5.0 Confirm that proper page nos. have been given in sequential way
in all the documents submitted along with your offer with Index.

6.0 Confirm that any correction in documents submitted alongwith


Un-priced part of bid has been initialled and stamped by the
authorized person.
7.0 Confirmation that no deviations are taken against commercial
and technical specifications of the bid document.

66
S. NO. DESCRIPTION STATUS
8.0 Confirm that annual reports for last three financial years & duly
filled in Form 3A & 3B are enclosed in the offer for financial
assessment.
9.0 Confirm that all the documents as specified under IFB required
for meeting the Bidder Qualification Criteria are enclosed in the
bid separately.

(Seal and Signature of Bidder)

67
FORM F-20
FOR BIDDER’S QUERIES FOR PRE-BID DISCUSSION

Sl. Reference of bidding document Bidder’s Query Owner Reply


No. Part/Vol. Page No. Clause Subject
No.

NOTE: The Pre-Bid Queries may be sent at 011- 22041214/22421310 and also by e-mail to cont@delhi.mecon.co.in and
mecondly@bol.net.in

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : __________________________

68
FORM F-21

EXTENDED STAY COMPENSATION

Sl. No. Item Rate


1.0 Rate of Extended Stay Compensation per Month INR XXX *(Per Month)
beyond the Time Schedule and grace period mentioned
in Bidding Document for reasons solely attributable to
Owner.

* The filled in format to be enclosed with the Price Bid Part –II only

NOTE:
1) Extended Stay Compensation shall be loaded on the quoted prices as per Special Conditions of
Contract.
2) In case no rate for Extended Stay Compensation is stipulated, it will be considered that Extended Stay
Compensation is not required by the Bidder and the rates quoted by them shall be valid till completion
of works in all respects.

(STAMP & SIGNATURE OF BIDDER)

69
4.0 GENERAL CONDITIONS OF CONTRACT

FOR

PROCUREMENT OF WORKS

BHAGYANAGAR GAS LIMITED

70
TABLE OF CONTENTS

Sl.No. Description

(i) TABLE OF CONTENTS

(II) SUBMISSION OF TENDER

GENERAL CONDITIONS OF CONTRACT

SECTION-I (DEFINITIONS)
1.0 Definition of Terms

SECTION-II (GENERAL INFORMATIONS)


2.0 General Information
2.1 (a) Location of Site
(b) Access by Road
2.2 Scope of Work
2.3 Water Supply
2.4 Power Supply
2.5 Land for Contractor's field office,
Godown and Workshop
2.6 Land for Residential Accommodation

SECTION-III (GENERAL INSTRUCTIONS TO TENDERERS)


3.0 Submission of Tender
4.0 Documents
4.1 General
4.2 All pages to be initialed
4.3 Rates to be in figures and words
4.4 Corrections and Erasures
4.5 Signature of Tenderer
4.6 Witness
4.7 Details of Experience
4.8 Liability of Government of India
5.0 Transfer of Tender Documents
6.0 Earnest Money
7.0 Validity
8.0 Addenda/Corrigenda
9.0 Right of Employer to Accept or Reject Tender
10.0 Time Schedule
11.0 Tenderer's Responsibility
12.0 Retired Government or Company Officers
13.0 Signing of the Contract
14.0 Field Management & Controlling/Coordinating
Authority
15.0 Note to Schedule of Rates
16.0 16.1 Policy for Tenders under consideration

71
Page 1 of 82
16.2 Zero Deviation
17.0 Award of Contract
18.0 Clarification of Tender Document
19.0 Local Conditions
20.0 Abnormal Rates

SECTION-IV (GENERAL OBLIGATIONS)

21.1 Priority of Contract Documents


21.2 Headings & Marginal Notes
21.3 Singular and Plural
21.4 Interpretation
22.0 Special Conditions of Contract
23.0 Contractor to obtain his own information
24.0 Contract Performance Security
25.0 Time of Performance
25.1 Time for Mobilisation
25.2 Time Schedule of Construction
26.0 Force Majeure
26.1 Conditions for Force Majeure
26.2 Outbreak of War
27.0 Price Reduction Schedule
27.3 Bonus for Early Completion
28.0 Rights of Employer to forfeit Contract Performance Security
29.0 Failure by the Contractor to comply with the
provisions of the contract
30.0 Contractor remains liable to pay compensation
if action not taken under Clause 29.0
31.0 Change in Constitution
32.0 -A Termination of Contract for Death
32.0-B Termination of Contract for Liquidation,
Bankruptcy etc.
32.0-C Termination of Contract for Non-Performance and subsequently putting the
Contractor on Holiday
33.0 Members of the Employer not individually liable
34.0 Employer not bound by personal representations
35.0 Contractor's office at site
36.0 Contractor's subordinate staff and their conduct
37.0 Sub letting of Works
i) Sub contracts for Temporary works etc.
ii) List of sub-contractors to be supplied
iii) Contractor's liability not limited by Sub-Contractors
iv) Employer may terminate sub contracts
v) No remedy for action taken under this clause
38.0 Power of Entry
39.0 Contractor's responsibility with Mechanical,
Electrical, Intercommunication System, Air
Conditioning Contractors and other agencies
40.0 Other Agencies at site
41.0 Notices

72
Page 2 of 82
41.1 To the Contractor
41.2 To the Employer
42.0 Rights of various Interests
43.0 Patents and Royalties
44.0 Liens
45.0 Delays by Employer or his authorised agents
46.0 Payments if Contract is terminated
47.0 No waiver of Rights
48.0 Certificate not to affect Right of Employer and Liability of Contractor
49.0 Languages & Measures
50.0 Transfer of Title
51.0 Release of Information
52.0 Brand Names
53.0 Completion of Contract
54.0 Spares

SECTION-V (PERFORMANCE OF WORK)

55.0 Execution of Work


56.0 Co-ordination and Inspection of work
57.0 Work in Monsoon & Dewatering
58.0 Work on Sundays & Holidays
59.0 General Conditions for construction &
Erection Work
60.0 Alterations in specification, Design &
Extra Work
61.0 Drawings to be supplied by the Employer
62.0 Drawings to be supplied by the Contractor
63.0 Setting out works
64.0 Responsibility for Levels and Alignment
65.0 Materials to be supplied by contractor
66.0 Stores supplied by Employer
67.0 Conditions for issue of material
68.0 Materials Procured with assistance of
Employer/Return of surplus
69.0 Materials obtained from dismantling
70.0 Articles of Value found
71.0 Discrepancies between instructions
72.0 Action where no specification is issued
73.0 Inspection of Works
74.0 Tests for Quality of Works
75.0 Samples for approval
76.0 Action and Compensation in case of bad work
77.0 Suspension of Work
78.0 Employer may do part of work
79.0 Possession prior to completion
80.0 Twelve months period of liability from the
date of issue of completion certificate
80.3 Limitation of Liability
81.0 Care of Works
81.1 Defects prior to taking over

73
Page 3 of 82
81.2 Defects after taking over
82.0 Guarantee/Transfer of Guarantee
83.0 Training of Employer's personnel
84.0 Replacement of Defective parts & materials
85.0 Indemnity
86.0 Construction Aids, Equipments, Tools & Tackles

SECTION-VI (CERTIFICATES AND PAYMENTS)

87.0 Schedule of Rates and Payments


i) Contractor's Remuneration
ii) Schedule of Rates to be inclusive
iii) Schedule of Rates to cover construction
equipment, materials, labour etc.
iv) Schedule of Rates to cover Royalties, Rents
and claims.
v) Schedule of Rates to cover taxes & duties
vi) Schedule of Rates to cover risks of delay
vii) Schedule of Rates cannot be altered
88.0 Procedure for Measurement and billing
of works in progress
88.1 Billing Procedure
88.2 Secured Advance on materials
88.3 Dispute in mode of measurement
88.4 Rounding of Amounts
89.0 Lumpsum in Tender
90.0 Running Account Payments to be regarded
as advances
91.0 Notices of Claims for Additional Payments
92.0 Payment of Contractor's bills
93.0 Receipt for Payment
94.0 Completion Certificate
94.1 Application for Completion Certificate
94.2 Completion Certificate
94.3 Completion Certificate Documents
95.0 Final Decision & Final Certificate
96.0 Certificate and Payments No evidence of completion
97.0 Deduction from Contract Price

SECTION-VII (TAXES AND INSURANCE)

98.0 Taxes, Duties, Octroi etc.


99.0 Sales Tax/Turnover Tax
100.0 Statutory Variations
101.0 Insurance
101.1 General
i) Employees State Insurance Act
ii) Workmen Compensation and Employee's Liability Insurance
iii) Accident or injury to workmen
iv) Transit Insurance
v) Automobile

74
Page 4 of 82
vi) General Liability
vii) Any other Insurance required under law or regulations by Employer
102.0 Damage to Property or to any Person or any Third Party

SECTION-VIII (LABOUR LAWS)

103.0 Labour laws


104.0 Implementation of Apprentices Act 1961
105.0 Contractor to indemnify the Employer
106.0 Health and Sanitary Arrangement for worker

SECTION-IX (APPLICABLE LAWS AND SETTLEMENT OF DISPUTES)

107.0 Arbitration
108.0 Jurisdiction

SECTION-X (SAFETY CODES)

109.0 General
110.0 Safety Regulations
111.0 First Aid and Industrial Injuries
112.0 General Rules
113.0 Contractor's barricades
114.0 Scaffolding
115.0 Excavation and Trenching
116.0 Demolition/General Safety
117.0 Care in Handling Inflammable Gas
118.0 Temporary Combustible Structures
119.0 Precautions Against Fire
120.0 Explosives
121.0 Mines Act
122.0 Preservation of Places
123.0 Outbreak of Infectious diseases
124.0 Use of intoxicants

ANNEXURES TO GCC

1. Proforma for Indemnity Bond for Advance against material


2. Proforma of Agreement

75
Page 5 of 82
General Conditions of Contract

Section- I. Definitions

1. Definition of Terms: 1.1 In this CONTRACT (as here-in-after defined) the following words and
expressions shall have the meanings hereby assigned to them except where the
context otherwise required.

1.1.1 The EMPLOYER/COMPANY/BGL means Bhagyanagar Gas Limited


incorporated under the Company’s act 1956 and having its Registered office at
Parishram Bhawan, APIDC Building, Basheer Bagh, Hyderabad-500004 and
includes its successors and assigns.

1.1.2 The "CONTRACTOR" means the person or the persons, firm or Company or
corporation whose tender has been accepted by the EMPLOYER and includes
the CONTRACTOR's legal Representatives his successors and permitted
assigns.

1.1.3 The ENGINEER/ENGINEER-IN-CHARGE" shall mean the person


designated from time to time by the BGL and shall include those who are
expressly authorized by him to act for and on his behalf for operation of this
CONTRACT.

1.1.4 The "WORK" shall mean and include all items and things to be supplied/ done
and services and activities to be performed by the CONTRACTOR in
pursuant to and in accordance with CONTRACT or part thereof as the case
may be and shall include all extra, additional, altered or substituted works as
required for purpose of the CONTRACT.

1.1.5 The "PERMANENT WORK" means and includes works which will be
incorporated in and form a part of the work to be handed over to the
EMPLOYER by the CONTRACTOR on completion of the CONTRACT.

1.1.6 "CONSTRUCTION EQUIPMENT" means all appliances/equipment and


things whatsoever nature for the use in or for the execution, completion,
operation, or maintenance of the work or temporary works (as hereinafter
defined) but does not include materials or other things intended to form or to
be incorporated into the WORK, or camping facilities.

1.1.7 "CONTRACT DOCUMENTS" means collectively the Tender Documents,


Designs, Drawings, Specification, Schedule of Quantities and Rates, Letter of
Acceptance and agreed variations if any, and such other documents
constituting the tender and acceptance thereof.

1.1.8 CONSULTANT: means ------------------------------- who are the consulting


engineer to the Employer for this project and having registered office at --------
-----------------------------------------------------------------------------------------------
-------------------------------------------------------

1.1.9 The "SUB-CONTRACTOR" means any person or firm or Company (other


than the CONTRACTOR) to whom any part of the work has been entrusted
by the CONTRACTOR, with the written consent of the
ENGINEER-IN-CHARGE, and the legal representatives, successors and
permitted assigns of such person, firm or company.

76
Page 6 of 82
1.1.10 The "CONTRACT” shall mean the Agreement between the EMPLOYER and
the CONTRACTOR for the execution of the works including therein all
contract documents.

1.1.11 The "SPECIFICATION" shall mean all directions the various technical
specifications, provisions attached and referred to the Tender Documents
which pertain to the method and manner of performing the work or works to
the quantities and qualities of the work or works and the materials to be
furnished under the CONTRACT for the work or works, as may be amplified
or modified by the BGL or ENGINEER-IN-CHARGE during the
performance of CONTRACT in order to provide the unforseen conditions or
in the best interests of the work or works. It shall also include the latest
edition of relevant Standard Specifications including all addenda/corrigenda
published before entering into CONTRACT.

1.1.12 The "DRAWINGS" shall include maps, plans and tracings or prints or
sketches thereof with any modifications approved in writing by the
ENGINEER- IN-CHARGE and such other drawing as may, from time to
time, be furnished or approved in writing by the ENGINEER-IN-CHARGE.

1.1.13 The "TENDER" means the proposal along with supporting documents
submitted by the CONTRACTOR for consideration by the EMPLOYER.

1.1.14 The "CHANGE ORDER" means an order given in writing by the


ENGINEER-IN-CHARGE to effect additions to or deletion from and
alteration in the works.

1.1.15 The "COMPLETION CERTIFICATE" shall mean the certificate to be issued


by the ENGINEER-IN-CHARGE when the works have been completed
entirely in accordance with CONTRACT DOCUMENT to his satisfaction.

1.1.16 The "FINAL CERTIFICATE" in relation to a work means the certificate


regarding the satisfactory compliance of various provision of the
CONTRACT by the CONTRACTOR issued by the ENGINEER-IN-
CHARGE/EMPLOYER after the period of liability is over.

1.1.17 “DEFECT LIABILITY PERIOD” in relation to a work means the specified


period from the date of COMPLETION CERTIFICATE upto the date of issue
of FINAL CERTIFICATE during which the CONTRACTOR stands
responsible for rectifying all defects that may appear in the works executed by
the CONTRACTOR in pursuance of the CONTRACT and includes
warranties against Manufacturing/Fabrication/ Erection/Construction defects
covering all materials plants, equipment, components, and the like supplied by
the CONTRACTOR, works executed against workmanship defects.

1.1.18 The "APPOINTING AUTHORITY" for the purpose of arbitration shall be the
CHAIRMAN and MANAGING DIRECTOR or any other person so
designated by the EMPLOYER.

1.1.19 "TEMPORARY WORKS" shall mean all temporary works of every kind
required in or about the execution, completion or maintenance of works.

1.1.20 "PLANS" shall mean all maps, sketches and layouts as are incorporated in the
CONTRACT in order to define broadly the scope and specifications of the
work or works, and all reproductions thereof.

77
Page 7 of 82
1.1.21 "SITE" shall mean the lands and other places on, under, in or through which
the permanent works are to be carried out and any other lands or places
provided by the EMPLOYER for the purpose of the CONTRACT.

1.1.22 "NOTICE IN WRITING OR WRITTEN NOTICE" shall mean a notice in


written, typed or printed characters sent (unless delivered personally or
otherwise proved to have been received by the addressee) by registered post to
the latest known private or business address or registered office of the
addressee and shall be deemed to have been received in the ordinary course of
post it would have been delivered.

1.1.23 "APPROVED" shall mean approved in writing including subsequent written


confirmation of previous verbal approval and "APPROVAL" means approval
in writing including as aforesaid.

1.1.24 "LETTER OF INTENT/FAX OF INTENT” shall mean intimation by a


Fax/Letter to Tenderer(s) that the tender has been accepted in accordance with
the provisions contained in the letter.

1.1.25 "DAY" means a day of 24 hours from midnight to midnight irrespective of the
number of hours worked in that day.

1.1.26 "WORKING DAY" means any day which is not declared to be holiday or rest
day by the EMPLOYER.

1.1.27 "WEEK" means a period of any consecutive seven days.

1.1.28 "METRIC SYSTEM" - All technical documents regarding the construction of


works are given in the metric system and all work in the project should be
carried out according to the metric system. All documents concerning the
work shall also be maintained in the metric system.

1.1.29 "VALUE OF CONTRACT” or “TOTAL CONTRACT PRICE” shall mean


the sum accepted or the sum calculated in accordance with the prices accepted
in tender and/or the CONTRACT rates as payable to the CONTRACTOR for
the entire execution and full completion of the work, including change order.

1.1.30 "LANGUAGE FOR DRAWINGS AND INSTRUCTION" All the drawings,


titles, notes, instruction, dimensions, etc. shall be in English Language.

1.1.31 "MOBILIZATION" shall mean establishment of sufficiently adequate


infrastructure by the CONTRACTOR at "SITE" comprising of construction
equipments, aids, tools tackles including setting of site offices with facilities
such as power, water, communication etc. establishing manpower organisation
comprising of Resident Engineers, Supervising personnel and an adequate
strength of skilled, semi-skilled and un-skilled workers, who with the so
established infrastructure shall be in a position to commence execution of
work at site(s), in accordance with the agreed Time Schedule of Completion
of Work. "MOBILISATION" shall be considered to have been achieved, if the
CONTRACTOR is able to establish infrastructure as per Time Schedule,
where so warranted in accordance with agreed schedule of work
implementation to the satisfaction of ENGINEER-IN-CHARGE/
EMPLOYER.

1.1.32 "COMMISSIONING" shall mean pressing into service of the system

78
Page 8 of 82
including the plant(s), equipment(s), vessel(s), pipeline, machinery(ies), or any
other section or sub-section of installation(s) pertaining to the work of the
CONTRACTOR after successful testing and trial runs of the same.

• "COMMISSIONING" can be either for a completed system or a part of


system of a combination of systems or sub-systems and can be performed in
any sequence as desired by EMPLOYER and in a manner established to be
made suited according to availability of pre-requisites. Any such
readjustments made by EMPLOYER in performance of
"COMMISSIONING" activity will not be construed to be violating
CONTRACT provisions and CONTRACTOR shall be deemed to have
provided for the same.

Section-II General Informations

2. General Information 2.1 a) Location of Site: The proposed location of Project site is defined in the
Special Conditions of Contract.

b) Access by Road: CONTRACTOR, if necessary, shall build other temporary


access roads to the actual site of construction for his own work at his own cost.
The CONTRACTOR shall be required to permit the use of the roads so
constructed by him for vehicles of any other parties who may be engaged on
the project site. The CONTRACTOR shall also facilitate the construction of
the permanent roads should the construction there of start while he is engaged
on this work. He shall make allowance in his tender for any inconvenience he
anticipates on such account.

Non-availability of access roads, railway siding and railway wagons for the
use of the CONTRACTOR shall in no case condone any delay in the
execution of WORK nor be the cause for any claim for compensation against
the EMPLOYER.

2.2 Scope of Work: The scope of WORK is defined in the Technical Part of the tender
document. The CONTRACTOR shall provide all necessary materials, equipment,
labour etc. for the execution and maintenance of the WORK till completion unless
otherwise mentioned in the Tender Document.

2.3 Water Supply: Contractor will have to make his own arrangements for supply of
water to his labour camps and for works. All pumping installations, pipe net work
and distribution system will have to be carried out by the Contractor at his own risk
and cost.

Alternatively the Employer at his discretion may endeavour to provide water to the
Contractor at the Employer's source of supply provided the Contractor makes his
own arrangement for the water meter which shall be in custody of the Employer
and other pipe net works from source of supply and such distribution pipe network
shall have prior approval of the Engineer-in-Charge so as not to interfere with the
layout and progress of the other construction works. In such case, the rate for water
shall be deducted from the running account bills.

79
Page 9 of 82
However, the Employer does not guarantee the supply of water and this does not
relieve the Contractor of his responsibility in making his own arrangement and for
the timely completion of the various works as stipulated.

2.4 Power Supply:

2.4.1 Subject to availability, EMPLOYER will supply power at 400/440 V at only


one point at the nearest sub-station, from where the CONTRACTOR will
make his own arrangement for temporary distribution. The point of supply
will not be more than 500 m away from the CONTRACTOR'S premises. All
the works will be done as per the applicable regulations and passed by the
ENGINEER-IN-CHARGE. The temporary line will be removed forthwith
after the completion of work or if there is any hindrance caused to the other
works due to the alignment of these lines, the CONTRACTOR will re-route or
remove the temporary lines at his own cost. The CONTRACTOR at his cost
will also provide suitable electric meters, fuses, switches, etc. for purposes of
payment to the EMPLOYER which should be in the custody and control of
the EMPLOYER. The cost of power supply shall be payable to the
EMPLOYER every month for Construction Works power which would be
deducted from the running account bills. The EMPLOYER shall not,
however, guarantee the supply of electricity nor have any liability in respect
thereof. No claim for compensation for any failure or short supply of
electricity will be admissible.

2.4.2 It shall be the responsibility of the CONTRACTOR to provide and maintain


the complete installation on the load side of the supply with due regard to
safety requirement at site. All cabling, equipment, installations etc. shall
comply in all respects with the latest statutory requirements and safety
provisions i.e., as per the Central/State Electricity Acts and Rules etc. The
CONTRACTOR will ensure that his equipment and Electrical Wiring etc., are
installed, modified, maintained by a licensed Electrician/Supervisor. A test
certificate is to be produced to the ENGINEER-IN-CHARGE for his
approval, before power is made available.

2.4.3 At all times, IEA regulations shall be followed failing which the EMPLOYER
has a right to disconnect the power supply without any reference to the
CONTRACTOR. No claim shall be entertained for such disconnection by the
ENGINEER-IN-CHARGE. Power supply will be reconnected only after
production of fresh certificate from authorized electrical supervisors.

2.4.4 The EMPLOYER is not liable for any loss or damage to the
CONTRACTOR's equipment as a result of variation in voltage or frequency
or interruption in power supply or other loss to the CONTRACTOR arising
therefrom.

2.4.5 The CONTRACTOR shall ensure that the Electrical equipment installed by
him are such that average power factors does not fall below 0.90 at his
premises. In case power factor falls below 0.90 in any month, he will
reimburse to the EMPLOYER at the penal rate determined by the
EMPLOYER for all units consumed during the month.

2.4.6 The power supply required for CONTRACTOR's colony near the plant site
will be determined by the EMPLOYER and shall be as per State Electricity
Board's Rules and other statutory provisions applicable for such installations
from time to time. In case of power supply to CONTRACTOR's colony, the

80
Page 10 of 82
power will be made available at a single point and the CONTRACTOR shall
make his own arrangement at his own cost for distribution to the occupants of
the colony as per Electricity Rules and Acts. The site and colony shall be
sufficiently illuminated to avoid accidents.

2.4.7 The CONTRACTOR will have to provide and install his own lights and
power meters which will be governed as per Central/State Government
Electricity Rules. The metres shall be sealed by the EMPLOYER.

2.4.8 In case of damage of any of the EMPLOYER’s equipment on account of fault,


intentional or unintentional on the part of the CONTRACTOR, the
EMPLOYER reserves the right to recover the cost of such damage from the
CONTRACTOR's bill. Cost of HRC Fuses replaced at the EMPLOYER's
terminals due to any fault in the CONTRACTOR's installation shall be to
CONTRACTOR's account at the rates decided by the
ENGINEER-IN-CHARGE.

2.4.9 Only motors upto 3 HP will be allowed to be started direct on line. For motors
above 3 HP and upto 100 HP a suitable Starting device approved by the
ENGINEER- IN-CHARGE shall be provided by the CONTRACTOR. For
motors above 100 HP slipring induction motors with suitable starting devices
as approved by the ENGINEER- IN-CHARGE shall be provided by the
CONTRACTOR.

2.4.10 The CONTRACTOR shall ensure at his cost that all electrical lines and
equipment and all installations are approved by the State Electricity Inspector
before power can be supplied to the EMPLOYER.

2.4.11 The total requirement of power shall be indicated by the tenderer alongwith
his tender.

2.5 Land for Contractor’s Field Office, Godown and Workshop: The EMPLOYER
will, at his own discretion and convenience and for the duration of the execution of
the work make available near the site, land for construction of CONTRACTOR's
Temporary Field Office, godowns workshops and assembly yard required for the
execution of the CONTRACT. The CONTRACTOR shall at his own cost
construct all these temporary buildings and provide suitable water supply and
sanitary arrangement and get the same approved by the
ENGINEER-IN-CHARGE.

On completion of the works undertaken by the CONTRACTOR, he shall remove


all temporary works erected by him and have the SITE cleaned as directed by
ENGINEER-IN-CHARGE. If the CONTRACTOR shall fail to comply with these
requirements, the ENGINEER-IN-CHARGE may at he expenses of the
CONTRACTOR remove such surplus, and rubbish materials and dispose off the
same as he deems fit and get the site cleared as aforesaid; and CONTRACTOR
shall forthwith pay the amount of all expenses so incurred and shall have no claim
in respect of any such surplus materials disposed off as aforesaid. But the
EMPLOYER reserves the right to ask the CONTRACTOR any time during the
pendency of the CONTRACT to vacate the land by giving 7 days notice on security
reasons or on national interest or otherwise. Rent may be charged for the land so
occupied from contractor by the Employer.

The CONTRACTOR shall put up temporary structures as required by them for


their office, fabrication shop and construction stores only in the area allocated to
them on the project site by the EMPLOYER or his authorised representative. No

81
Page 11 of 82
tea stalls/canteens should be put up or allowed to be put up by any CONTRACTOR
in the allotted land or complex area without written permission of the
EMPLOYER.

No unauthorised buildings, constructions or structures should be put up by the


CONTRACTOR anywhere on the project site.

For uninterrupted fabrication work, the CONTRACTOR shall put up temporary


covered structures at his cost within Area in the location allocated to them in the
project site by the EMPLOYER or his authorised representative.

No person except for authorised watchman shall be allowed to stay in the plant
area/CONTRACTOR's area after completion of the day's job without prior written
permission from ENGINEER-IN-CHARGE.

2.6 Land for Residential Accommodation:-:No Land shall be made available for
residential accommodation for staff and labour of CONTRACTOR.

Section-III. General Instructions to Tenderers

3. Submission of Tender: 3.1 TENDER must be submitted without making any additions, alterations, and as per
details given in other clauses hereunder. The requisite details shall be filled in by
the TENDERER at space provided under “Submission of Tender at the beginning
of GCC of Tender Document. The rate shall be filled only in the schedule given in
this Tender Document.

3.2 Addenda/Corrigenda to this Tender Document, if issued, must be signed,


submitted alongwith the Tender Document. the tenderer should write clearly the
revised quantities in Schedule of Rates of Tender Document and should price the
WORK based on revised quantities when amendments of quantities are issued in
addenda.

3.3 Covering letter alongwith its enclosures accompanying the Tender Document and
all further correspondence shall be submitted in duplicate.

3.4 Tenderers are advised to submit quotations based strictly on the terms and
conditions and specifications contained in the Tender Documents and not to
stipulate any deviations.

3.5 Tenders should always be placed in double sealed covers, superscribing


["QUOTATION DO NOT OPEN" Tender for _________________________
Project of Bhagyanagar Gas Limited due for opening on
_______________________]. The Full Name, Address and Telegraphic
Address, Fax No. of the Tenderers shall be written on the bottom left hand
corner of the sealed cover.

4. Documents: 4.1 General:

The tenders as submitted, will consist of the following:

i) Complete set of Tender Documents (Original) as sold duly filled in and

82
Page 12 of 82
signed by the tenderer as prescribed in different clauses of the Tender
Documents.

ii) Earnest money in the manner specified in Clause 6 hereof.

iii) Power of Attorney or a true copy thereof duly attested by a Gazetted


Officer in case an authorised representative has signed the tender, as
required by Clause 14 hereof.

iv) Information regarding tenderers in the proforma enclosed.

v) Details of work of similar type and magnitude carried out by the


Tenderer in the proforma provided in the tender document.

vi) Organisation chart giving details of field management at site, the


tenderer proposes to have for this job.

vii) Details of construction plant and equipments available with the


tenderer for using in this work.

viii) Solvency Certificate from Scheduled Bank to prove the financial


ability to carry out the work tendered for.

ix) Latest Balance Sheet and Profit & Loss Account duly audited.

x) Details of present commitment as per proforma enclosed to tender.

xi) Data required regarding SUB-CONTRACTOR(s)/ Supplier/


Manufacturers and other technical informations the tenderer wish to
furnish.

xii) Provident fund registration certificate

xiii) List showing all enclosures to tender.

4.2 All pages are to be Initiated: All signatures in Tender Documents shall be dated, as
well as, all the pages of all sections of Tender Documents shall be initialed at the
lower right hand corner and signed wherever required in the tender papers by the
TENDERER or by a person holding power of attorney authorising him to sign on
behalf of the tenderer before submission of tender.

4.3 Rates to be in Figures and Words: The tender should quote in English both in
figures as well as in words the rates and amounts tendered by him in the Schedule
of Rates of Tender submitted by the CONTRACTOR for each item and in such a
way that interpolation is not possible. The amount for each item should be worked
out and entered and requisite total given of all items, both in figures and in words.
The tendered amount for the work shall be entered in the tender and duly signed
by the Tenderer.

If some discrepancies are found between the RATES in FIGURES and


WORDS or the AMOUNT shown in the tender, the following procedure shall
be followed:

a) When there is difference between the rates in figures and words, the rate
which corresponds to the amount worked out by the tenderer shall be
taken as correct.

Page 13 of 82 83
b) When the rate quoted by the tenderer in figures and words tally but the
amount is incorrect the rate quoted by the tenderer shall be taken as
correct.

c) When it is not possible to ascertain the correct rate by either of above


methods, the rate quoted in words shall be taken as correct.

4.4 Corrections and Erasures: All correction(s) and alteration(s) in the entries of tender
paper shall be signed in full by the TENDERER with date. No erasure or over
writing is permissible.

4.5 Signature of Tenderer:


4.5.1 The TENDERER shall contain the name, residence and place of business of
person or persons making the tender and shall be signed by the TENDERER
with his usual signature. Partnership firms shall furnish the full names of all
partners in the tender. It should be signed in the partnership's name by all the
partners or by duly authorised representatives followed by the name and
designation of the person signing. Tender by a corporation shall be signed by
an authorised representative, and a Power of Attorney in that behalf shall
accompany the tender. A copy of the constitution of the firm with names of
all partners shall be furnished.

4.5.2 When a tenderer signs a tender in a language other than English, the total
amount tendered should, in addition, be written in the same language. The
signature should be attested by at least one witness.

4.6 Witness: Witness and sureties shall be persons of status and property and their
names, occupation and address shall be stated below their signature.

4.7 Details of Experience: The tenderer should furnish, alongwith his tender, details of
previous experience in having successfully completed in the recent past works of
this nature, together with the names of Employers, location of sites and value of
contract, date of commencement and completion of work, delays if any, reasons of
delay and other details alongwith documentary evidence(s).

4.8 Liability of Government of India: It is expressly understood and agreed by and


between Bidder or/Contractor and M/s Bhagyanagar Gas Limited, and that M/s
Bhagyanagar Gas Limited, is entering into this agreement solely on its own
behalf and not on behalf of any other person or entity. In particular, it is
expressly understood and agreed that the Government of India is not a party to
this agreement and has no liabilities, obligations or rights hereunder. It is
expressly understood and agreed that M/ Bhagyanagar Gas Limited. is an
independent legal entity with power and authority to enter into contracts solely
on its own behalf under the applicable Laws of India and general principles of
Contract Law. The Bidder/Contractor expressly agrees, acknowledges and
understands that M/s Bhagyanagar Gas Limited. is not an agent, representative
or delegate of the Government of India. It is further understood and agreed that
the Government of India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the contract.
Accordingly, Bidder/Contractor hereby expressly waives, releases and foregoes
any and all actions or claims, including cross claims, impleader claims or
counter claims against the Government of India arising out of this contract and
covenants not to sue to Government of India as to any manner, claim, cause of
action or thing whatsoever arising of or under this agreement.

84
Page 14 of 82
5. Transfer of Tender 5.1 Transfer of Tender Documents purchased by one intending tenderer to another is
Documents: not permissible.

6. Earnest Money: 6.1 The bidder must pay Earnest Money as given in the letter /notice inviting
tenders and attach the official receipt with the tender failing which the tender
is liable to be rejected and representatives of such tenderers will not be
allowed to attend the tender opening. Earnest Money can be paid in Demand
Drafts or Bank Guarantee or Banker’s Cheque or Letter of Credit from any
Indian scheduled bank or a branch of an International bank situated in India
and registered with Reserve Bank of India as scheduled foreign bank.
However, other than the Nationalised Indian Banks, the banks whose BGs
are furnished, must be commercial banks having net worth in excess of Rs.
100 crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a letter
head.

The bid guarantee shall be submitted in the prescribed format .

Note: The Bank Guarantee so furnished by the tenderer shall be in the


proforma prescribed by the EMPLOYER. No interest shall be paid by the
EMPLOYER on the Earnest Money deposited by the tenderer. The Bank
Guarantee furnished in lieu of Earnest Money shall be kept valid for a period
of "SIX MONTHS" from the date of opening of tender.(TWO MONTHS
beyond the bid due date).

The Earnest Money deposited by successful tenderer shall be forfeited if the


Contractor fails to furnish the requisite Contract Performance Security as per
clause 24 hereof and /or fails to start work within a period of 15 days or fails
to execute the AGREEMENT within 15 days of the receipt by him of the
Notification of Acceptance of Tender.

Note: The Earnest Money of the unsuccessful bidder will be returned by


EMPLOYER/CONSULTANT, directly to the tenderer (s), within a
reasonable period of time but not later than 30 days after the
expiration of the period of bid validity prescribed by EMPLOYER.

7 Validity: 7.1 Tender submitted by tenderers shall remain valid for acceptance for a period of
"4 MONTHS" from the date of opening of the tender. The tenderers shall not
be entitled during the said period of 4 months, without the consent in writing
of the EMPLOYER, to revoke or cancel his tender or to vary the tender given
or any term thereof. In case of tender revoking or canceling his tender or
varying any term in regard thereof without the consent of EMPLOYER in
writing, the EMPLOYER shall forfeit Earnest Money paid by him alongwith
tender.

8 Addenda/Corrigenda 8.1 Addenda/ Corrigenda to the Tender Documents will be issued in duplicate
prior to the date of opening of the tenders to clarify documents or to reflect
modification in design or CONTRACT terms.

8.2 Each addenda/ corrigendum issued will be issued in duplicate to each person
or organisation to whom set of Tender Documents has been issued. Recipient
will retain tenderer's copy of each Addendum/Corrigendum and attach
original copy duly signed along with his offer. All Addenda/Corrigenda
issued shall become part of Tender Documents.

85
Page 15 of 82
9 Right of Employer to Accept 9.1 The right to accept the tender will rest with the EMPLOYER. The
or Reject Tender: EMPLOYER, however, does not bind himself to accept the lowest tender, and
reserves to itself the authority to reject any or all the tenders received without
assigning any reason whatsoever. At the option of the Employer, the work for
which the tender had been invited, may be awarded to one Contractor or split
between more than one bidders, in which case the award will be made for only
that part of the work, in respect of which the bid has been accepted. The
quoted rates should hold good for such eventualities.

Tenders in which any of the particulars and prescribed information are


missing or are incomplete in any respect and/or the prescribed conditions are
not fulfilled are liable to be rejected. The Tender containing uncalled for
remarks or any additional conditions are liable to be rejected.

Canvassing in connection with tenders is strictly prohibited and tenders


submitted by the Tenderers who resort to canvassing will be liable to
rejection.

10 Time Schedule 10.1 The WORK shall be executed strictly as per the TIME SCHEDULE specified
in TENDER/CONTRACT Document. The period of construction given in
Time Schedule includes the time required for mobilisation as well as testing,
rectifications if any, retesting and completion in all respects to the entire
satisfaction of the ENGINEER-IN- CHARGE.

10.2 A joint programme of execution of the WORK will be prepared by the


ENGINEER-IN-CHARGE and CONTRACTOR based on priority
requirement of this project. This programme will take into account the time
of completion mentioned in 10.1 above and the time allowed for the priority
works by the ENGINEER-IN-CHARGE.

10.3 Monthly/Weekly construction programme will; be drawn up by the


ENGINEER-IN-CHARGE jointly with the CONTRACTOR, based on
availability of work fronts and the joint construction programme as per 10.2
above. The CONTRACTOR shall scrupulously adhere to these targets
/programmes by deploying adequate personnel, construction tools and tackles
and he shall also supply himself all materials of his scope of supply in good
time to achieve the targets/programmes. In all matters concerning the extent
of targets set out in the weekly and monthly programmes and the degree of
achievements the decision of the ENGINEER-IN-CHARGE will be final and
binding on the CONTRACTOR.

11 Tenderer’s Responsibility 11.1 The intending tenderers shall be deemed to have visited the SITE and
familiarised submitting the tender. Non-familiarity with the site conditions
will not be considered a reason either for extra claims or for not carrying out
the works in strict conformity with the DRAWINGS and SPECIFICATIONS
or for any delay in performance.

12 Retired Government or 12.1 No Engineer of Gazetted rank or other Gazetted Officer employed in
Company Officers Engineering or Administrative duties in an Engineering Department of the
States/ Central Government or of the EMPLOYER is allowed to work as a
CONTRACTOR for a period of two years after his retirement from
Government Service, or from the employment of the EMPLOYER without
the previous permission of the EMPLOYER. The CONTRACT, if awarded,
is liable to be cancelled if either the CONTRACTOR or any of his employees

86
Page 16 of 82
is found at any time to be such a person, who has not obtained the permission
of the State/Central Government or of the EMPLOYER as aforesaid before
submission of tender, or engagement in the CONTRACTOR'S service as the
case may be.

13 Signing of the Contract: 13.1 The successful tenderer shall be required to execute an AGREEMENT in the
proforma attached with TENDER DOCUMENT within 15 days of the receipt
by him of the Notification of Acceptance of Tender. In the event of failure on
the part of the successful tenderer to sign the AGREEMENT within the above
stipulated period, the Earnest Money or his initial deposit will be forefeited
and the acceptance of the tender shall be considered as cancelled.

14 Field Management & 14.1 The field management will be the responsibility of the
Controlling/Coordinating ENGINEER-IN-CHARGE, who will be nominated by the EMPLOYER. The
Authority: ENGINEER-IN-CHARGE may also authorise his representatives to assist in
performing his duties and functions.

14.2 The ENGINEER-IN-CHARGE shall coordinate the works of various agencies


engaged at site to ensure minimum disruption of work carried out by different
agencies. It shall be the responsibility of the CONTRACTOR to plan and
execute the work strictly in accordance with site instructions to avoid
hindrance to the work being executed by other agencies.

15 Note to Schedule of Rates: 15.1 The Schedule of Rates should be read in conjunction with all the other sections
of the tender.

15.2 The tenderer shall be deemed to have studied the DRAWINGS,


SPECIFICATIONS and details of work to be done within TIME SCHEDULE
and to have aquainted himself of the condition prevailing at site.

15.3 Rates must be filled in the Schedule of Rates of original Tender Documents. If
quoted in separate typed sheets no variation in item description or specification
shall be accepted. Any exceptions taken by the tenderer to the Schedule of
Rates shall be brought out in the terms and conditions of the offer.

15.4 The quantities shown against the various items are only approximate. Any
increase or decrease in the quantities shall not form the basis of alteration of
the rates quoted and accepted.

15.5 The EMPLOYER reserves the right to interpolate the rates for such items of work
falling between similar items of lower and higher magnitude.

16 Policy for Tenders Under 16.1 Only Those Tenders which are complete in all respects and are strictly in
Consideration: accordance with the Terms and Conditions and Technical Specifications of
Tender Document, shall be considered for evaluation. Such Tenders shall be
deemed to be under consideration immediately after opening of Tender and
until such time an official intimation of acceptance /rejection of Tender is
made by BGL to the Bidder.

16.2 Zero Deviation: Bidders to note that this is a ZERO DEVIATION


TENDER. BGL will appreciate submission of offer based on the terms and
conditions in the enclosed General Conditions of Contract (GCC), Special
Conditions of Contract (SCC), Instructions to Bidders (ITB), Scope of
Work, technical specifications etc. to avoid wastage of time and money in
seeking clarifications on technical/ commercial aspects of the offer. Bidder

87
Page 17 of 82
may note that no technical and commercial clarifications will be sought for
after the receipt of the bids. In case of any deviation/nonconformity
observed in the bid, it will be liable for rejection.

17 Award of Contract: 17.1 The Acceptance of Tender will be intimated to the successful Tenderer by
BGL either by Telex/ Telegram/ Fax or by Letter or like means-defined as
LETTER OF ACCEPTANCE OF TENDER.

17.2 BGL will be the sole judge in the matter of award of CONTRACT and the
decision of BGL shall be final and binding.

18 Clarification of Tender 18.1 The Tender is required to carefully examine the Technical Specifications,
Document: Conditions of Contract, Drawings and other details relating to WORK and
given in Tender Document and fully inform himself as to all conditions and
matters which may in any way affect the WORK or the cost thereof. In case
the Tenderer is in doubt about the completeness or correctness of any of the
contents of the Tender Documents he should request in writing for an
interpretation/clarification to BGL in triplicate. BGL will then issue
interpretation/clarification to Tenderer in writing. Such clarifications and or
interpretations shall form part of the Specifications and Documents and shall
accompany the tender which shall be submitted by tenderer within time and
date as specified in invitations to tender.

18.2 Verbal clarification and information given by BGL or its employee(s) or its
representatives shall not in any way be binding on BGL.

19 Local Conditions: 19.1 It will be imperative on each tenderer to inform himself of all local conditions
and factors which may have any effect on the execution of WORK covered
under the Tender Document. In their own interest, the tenderer are requested
to familiarise themselves with the Indian Income Tax Act 1961, Indian
Companies Act 1956, Indian Customs Act 1962 and other related Acts and
Laws and Regulations of India with their latest amendments, as applicable
BGL shall not entertain any requests for clarifications from the tenderer
regarding such local conditions.

19.2 It must be understood and agreed that such factors have properly been
investigated and considered while submitting the tender. No claim for
financial or any other adjustments to VALUE OF CONTRACT, on lack of
clarity of such factors shall be entertained.

20 Abnormal Rates: 20.1 The tenderer is expected to quote rate for each item after careful analysis of
cost involved for the performance of the completed item considering all
specifications and Conditions of Contract. This will avoid loss of profit or
gain in case of curtailment or change of specification for any item. In case it
is noticed that the rates quoted by the tenderer for any item are unusually high
or unusually low, it will be sufficient cause for the rejection of the tender
unless the EMPLOYER is convinced about the reasonableness after scrutiny
of the analysis for such rate(s) to be furnished by the tenderer (on demand).

Section-IV. General Obligations

21 Priority of Contract 21.1 Except if and the extent otherwise provided by the Contract, the
Documents provisions of the General Conditions of Contract and Special Conditions
shall prevail over those of any other documents forming part of the

88
Page 18 of 82
CONTRACT. Several documents forming the CONTRACT are to be
taken as mutually explanatory of one another, but in case of ambiguities
or discrepancies the same shall be explained and adjusted by the
ENGINEER-IN-CHARGE who shall thereupon issue to the Contractor
instructions thereon and in such event, unless otherwise provided in the
Contract, the priority of the documents forming the Contract shall be as
follows :

1) The Contract Agreement ;


2) The Letter of Acceptance;
3) The (Instructions to Bidders)ITB;
4) Special Conditions of Contract (SCC);
5) General Conditions of Contract (GCC)
6) Any other document forming part of the Contract.

Works shown in the DRAWING but not mentioned in the


SPECIFICATIONS OR described in the SPECIFICATIONS without being
shown in the DRAWINGS shall nevertheless be deemed to be included in
the same manner as if they had been specifically shown upon the
DRAWINGS and described in the SPECIFICATIONS.

21.2 Headings and Marginal Notes: All headings and marginal notes to the
clauses of these General Conditions of Contract or to the
SPECIFICATIONS or to any other Tender Document are solely for the
purpose of giving a concise indication and not a summary of the contents
thereof, and they shall never be deemed to be part thereof or be used in
the interpretation or construction thereof the CONTRACT.

21.3 Singular and Plural: In CONTRACT DOCUMENTS unless otherwise


stated specifically, the singular shall include the plural and vice versa
wherever the context so requires.

21.4 Interpretation: Words implying `Persons' shall include relevant


`Corporate Companies / Registered Associations/ Body of Individuals/
Firm of Partnership' as the case may be.

22 Special Conditions of 22.1 Special Conditions of Contract shall be read in conjunction with the
Contract: General Conditions of Contract, specification of Work, Drawings and
any other documents forming part of this CONTRACT wherever the
context so requires.

22.2 Notwithstanding the sub-division of the documents into these separate


sections and volumes every part of each shall be deemed to be
supplementary to and complementary of every other part and shall be
read with and into the CONTRACT so far as it may be practicable to do
so.

22.3 Where any portion of the General Condition of Contract is repugnant to or at


variance with any provisions of the Special Conditions of Contract,
unless a different intention appears the provisions of the Special
Conditions of Contract shall be deemed to over-ride the provisions of the
General Conditions of Contract and shall to the extent of such
repugnancy, or variations, prevail.

22.4 Wherever it is mentioned in the specifications that the CONTRACTOR shall

89
Page 19 of 82
perform certain WORK or provide certain facilities, it is understood that
the CONTRACTOR shall do so at his cost and the VALUE OF
CONTRACT shall be deemed to have included cost of such performance
and provisions, so mentioned.

22.5 The materials, design and workmanship shall satisfy the relevant
INDIAN STANDARDS, the JOB SPECIFICATIONS contained herein
and CODES referred to. Where the job specification stipulate
requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied.

23 Contractor to obtain his 23.1 The CONTRACTOR in fixing his rate shall for all purpose whatsoever
own Information: reason may be, deemed to have himself independently obtained all
necessary information for the purpose of preparing his tender and his
tender as accepted shall be deemed to have taken into account all
contingencies as may arise due to such information or lack of same. The
correctness of the details, given in the Tender Document to help the
CONTRACTOR to make up the tender is not guaranteed.

The CONTRACTOR shall be deemed to have examined the


CONTRACT DOCUMENTS, to have generally obtained his own
information in all matters whatsoever that might affect the carrying out
of the works at the schedules rates and to have satisfied himself to the
sufficiency of his tender. Any error in description of quantity or
omission therefrom shall not vitiate the CONTRACT or release the
CONTRACTOR from executing the work comprised in the
CONTRACT according to DRAWINGS and SPECIFICATIONS at the
scheduled rates. He is deemed to have known the scope, nature and
magnitude of the WORKS and the requirements of materials and labour
involved etc., and as to what all works he has to complete in accordance
with the CONTRACT documents whatever be the defects, omissions or
errors that may be found in the DOCUMENTS. The CONTRACTOR
shall be deemed to have visited surroundings, to have satisfied himself to
the nature of all existing structures, if any, and also as to the nature and
the conditions of the Railways, Roads, Bridges and Culverts, means of
transport and communication, whether by land, water or air, and as to
possible interruptions thereto and the access and egress from the site, to
have made enquiries, examined and satisfied himself as to the sites for
obtaining sand, stones, bricks and other materials, the sites for disposal
of surplus materials, the available accommodation as to whatever
required, depots and such other buildings as may be necessary for
executing and completing the works, to have made local independent
enquiries as to the sub-soil, subsoil water and variations thereof, storms,
prevailing winds, climatic conditions and all other similar matters
effecting these works. He is deemed to have acquainted himself as to his
liability of payment of Government Taxes, Customs duty and other
charges, levies etc.

Any neglect or omission or failure on the part of the CONTRACTOR in


obtaining necessary and reliable information upon the foregoing or any
other matters affecting the CONTRACT shall not relieve him from any
risks or liabilities or the entire responsibility from completion of the
works at the scheduled rates and times in strict accordance with the
CONTRACT.

It is, therefore, expected that should the CONTRACTOR have any doubt

Page 20 of 8290
as to the meaning of any portion of the CONTRACT DOCUMENT he
shall set forth the particulars thereof in writing to EMPLOYER in
duplicate, before submission of tender. The EMPLOYER may provide
such clarification as may be necessary in writing to CONTRACT, such
clarifications as provided by EMPLOYER shall form part of
CONTRACT DOCUMENTS.

No verbal agreement or inference from conversation with any effect or


employee of the EMPLOYER either before, during or after the execution
of the CONTRACT agreement shall in any way affect or modify and of
the terms or obligations herein contained.

Any change in layout due to site conditions or technological


requirement shall be binding on the CONTRACTOR and no extra
claim on this account shall be entertained.

24 Contract Performance 24.1 The CONTRACTOR shall furnish to the EMPLOYER, within 15 days
Security: from the date of notification of award, a security in the sum of 10% of
the accepted value of the tender or the actual value of work to be done
whichever is applicable due to any additional work or any other reasons,
in the form of a Bank draft/Banker’s cheque or Bank Guarantee or
irrevocable Letter of credit (as per proforma enclosed) as Contract
Performance Security with the EMPLOYER which will be refunded
after the expiry of DEFECTS LIABILITY PERIOD.

24.2 CONTRACTOR can furnish the Contract Performance Security in the


form of Demand Draft or through a Bank Guarantee or through an
irrevocable Letter of Credit from any Indian scheduled bank or a
branch of an International bank situated in India and registered with
Reserve Bank of India as scheduled foreign bank. However, other than
the Nationalised Indian Banks, the banks whose BGs are furnished,
must be commercial banks having net worth in excess of Rs. 100
crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a
letter head.

The bank guarantee or the Letter of Credit shall be submitted in the


prescribed format.

24.3 If the CONTRACTOR/SUB-CONTRACTOR or their employees or the


CONTRACTOR’s agents and representatives shall damage, break,
deface or destroy any property belonging to the EMPLOYER or others
during the execution of the CONTRACT, the same shall be made good
by the CONTRACTOR at his own expenses and in default thereof, the
ENGINEER-IN-CHARGE may cause the same to be made good by
other agencies and recover expenses from the CONTRACTOR (for
which the certificate of the ENGINEER- IN-CHARGE shall be final).

24.4 All compensation or other sums of money payable by the CONTRACTOR


to the EMPLOYER under terms of this CONTRACT may be deducted
from or paid by the encashment or sale of a sufficient part of his Contract
Performance Security or from any sums which may be due or may
become due to the CONTRACTOR by the EMPLOYER of any account
whatsoever and in the event of his Contract Performance Security being
reduced by reasons of any such deductions or sale of aforesaid, the
CONTRACTOR shall within ten days thereafter make good in cash,

Page 21 of 8291
bank drafts as aforesaid any sum or sums which may have been deducted
from or realised by sale of his Contract Performance Security, or any part
thereof. No interest shall be payable by the EMPLOYER for sum
deposited as Contract Performance Security.

24.5 Failure of the successful bidder to comply with the requirements of this
Clause shall constitute sufficient grounds for the annulment of the award
and the forfeiture of bid security.

25 Time of Performance: 25.1 Time for Mobilisation


The work covered by this CONTRACT shall be commenced within
fifteen (15) days, the date of letter/Fax of Intent and be completed in
stages on or before the dates as mentioned in the TIME SCHEDULE OF
COMPLETION OF WORK. The CONTRACTOR should bear in mind
that time is the essence of this agreement. Request for revision of
construction time after tenders are opened will not receive consideration.
The above period of fifteen (15) days is included within the overall
COMPLETION SCHEDULE, not over and above the completion time to
any additional work or any other reasons.

25.2 Time Schedule of Construction:

25.2.1 The general Time Schedule of construction is given in the TENDER


DOCUMENT. CONTRACTOR should prepare a detailed monthly or
weekly construction program jointly with the
ENGINEER-IN-CHARGE within 15 days of receipt of LETTER/FAX
OF INTENT or ACCEPTANCE OF TENDER. The WORK shall be
executed strictly as per the Time Schedule given in the CONTRACT
DOCUMENT. The period of construction given includes the time
required for mobilisation testing, rectifications, if any, retesting and
completion in all respects in accordance with CONTRACT
DOCUMENT to the entire satisfaction of the
ENGINEER-IN-CHARGE.

25.2.2 The CONTRACTOR shall submit a detailed PERT network within the
time frame agreed above consisting of adequate number of activities
covering various key phases of the WORK such as design, procurement,
manufacturing, shipment and field erection activities within fifteen (15)
days from the date of LETTER/FAX OF INTENT. This network shall
also indicate the interface facilities to be provided by the EMPLOYER
and the dates by which such facilities are needed.

25.2.3 CONTRACTOR shall discuss the network so submitted with the


EMPLOYER and the agreed network which may be in the form as
submitted with the EMPLOYER or in revised form in line with the
outcome of discussions shall form part of the CONTRACT, to be signed
within fifteen (15) days from the date of LETTER OF ACCEPTANCE
OF TENDER. During the performance of the CONTRACT, if in the
opinion of the EMPLOYER proper progress is not maintained suitable
changes shall be made in the CONTRACTOR's operation to ensure
proper progress.

The above PERT network shall be reviewed periodically and reports


shall be submitted by the CONTRACTOR as directed by EMPLOYER.

26 Force Majeure: 26.1 CONDITIONS FOR FORCE MAJEURES

92
Page 22 of 82
In the event of either party being rendered unable by Force Majeure to
perform any obligations required to be performed by them under the
CONTRACT the relative obligation of the party affected by such Force
Majeures shall upon notification to the other party be suspended for the
period during which Force Majeures event lasts. The cost and loss
sustained by the either party shall be borne by the respective parties.

The term "Force Majeures" as employed herein shall mean acts of God,
earthquake, war (declared or undeclared), revolts, riots, fires, floods,
rebellions, explosions, hurricane, sabotage, civil commotions and acts
and regulations of respective Government of the two parties, namely the
EMPLOYER and the CONTRACTOR.

Upon the occurrence of such cause(s) and upon its termination, the party
alleging that it has been rendered unable as aforesaid thereby, shall
notify the other party in writing immediately but not later than 72
(Seventy-two) hours of the alleged beginning and ending thereof giving
full particulars and satisfactory evidence in support of its claim.

Time for performance of the relative obligation suspended by the Force


Majeures shall then stand extended by the period for which such cause
lasts.

If deliveries of bought out items and/or works to be executed by the


CONTRACTOR are suspended by Force Majeure conditions lasting for
more than 2 (two) months the EMPLOYER shall have the option to
terminate the CONTRACT or re-negotiate the contract provisions.

26.2 OUTBREAK OF WAR

26.2.1 If during the currency of the CONTRACT there shall be an out-break of


war whether declared or not, in that part of the World which whether
financially or otherwise materially affect the execution of the WORK
the CONTRACTOR shall unless and until the CONTRACT is
terminated under the provisions in this clause continue to use his best
endeavour to complete the execution of the WORK, provided always
that the EMPLOYER shall be entitled, at any time after such out-break
of war to terminate or re-negotiate the CONTRACT by giving notice in
writing to the CONTRACTOR and upon such notice being given the
CONTRACT shall, save as to the rights of the parties under this clause
and to the operation of the clauses entitled settlement of Disputes and
Arbitration hereof, be terminated but without prejudice to the right of
either party in respect of any antecedent breach thereof.

26.2.2 If the CONTRACT shall be terminated under the provisions of the above
clause, the CONTRACTOR shall with all reasonable diligence remove
from the SITE all the CONTRACTOR's equipment and shall give
similar facilities to his SUB-CONTRACTORS to do so.

27 Price reduction schedule: 27.1 Time is the essence of the CONTRACT. In case the CONTRACTOR
fails to complete the WORK within the stipulated period, then, unless
such failure is due to Force Majeure as defined in Clause 26 here above
or due to EMPLOYER's defaults, the Total Contract price shall be
reduced by ½ % of the total Contract Price per complete week of delay
or part thereof subject to a maximum of 5 % of the Total Contract Price,

93
Page 23 of 82
by way of reduction in price for delay and not as penalty. The said
amount will be recovered from amount due to the Contractor/
Contractor’s Contract Performance Security payable on demand.

The decision of the ENGINEER-IN-CHARGE in regard to applicability


of Price Reduction Schedule shall be final and binding on the
CONTRACTOR.

27.2 All sums payable under this clause is the reduction in price due to delay
in completion period at the above agreed rate.

Bonus For Early 27.3 BONUS FOR EARLY COMPLETION


27.3 Completion (*)
If the Contractor achieves completion of Works in all respect prior to
the time schedule stipulated in the SCC, the Employer shall pay to the
Contractor the relevant sum, if mentioned specifically in SCC, as bonus
for early completion. The bonus for early completion, if provided
specifically in SCC, shall be payable to the maximum ceiling of 2 ½ %
of the total contract price.

(*) Partial earlier completion may not always produce net benefits to the
Employer, for example where utilization of the completed Works
requires (a) the fulfillment of all parts of the Contract (e.g. the training
of personnel); or (b) the completion of all Sections (e.g. in pipeline
laying, where early completion of the laying of pipeline would not be
useful if the compressor is still under installation); or (c) certain seasonal
effects to take place (e.g. onset of the rainy season, for impounding a
reservoir); or (d) other circumstances. Also a more rapid drawdown of
budgeted funds may be required. All such factors should be considered
prior to the inclusion of a bonus clause in the Contract.

28 Rights of the employer to 28.1 Whenever any claim against the CONTRACTOR for the payment of a
forfeit contract performance sum of money arises out or under the CONTRACT, the EMPLOYER
security: shall be entitled to recover such sum by appropriating in part or whole
the Contract Performance Security of the CONTRACTOR. In the event
of the security being insufficient or if no security has been taken from
the CONTRACTOR, then the balance or the total sum recoverable, as
the case may be shall be deducted from any sum then due or which at
any time thereafter may become due to the CONTRACTOR. The
CONTRACTOR shall pay to the EMPLOYER on demand any balance
remaining due.

29 Failure by the contractor to 29.1 If the CONTRACTOR refuses or fails to execute the WORK or any
comply with the provisions separate part thereof with such diligence as will ensure its completion
of the contract: within the time specified in the CONTRACT or extension thereof or
fails to perform any of his obligation under the CONTRACT or in any
manner commits a breach of any of the provisions of the CONTRACT
it shall be open to the EMPLOYER at its option by written notice to the
CONTRACTOR:

a) TO DETERMINE THE CONTRACT in which


event the CONTRACT shall stand terminated and shall cease
to be in force and effect on and from the date appointed by the
EMPLOYER on that behalf, whereupon the CONTRACTOR
shall stop forthwith any of the CONTRACTOR's work then in

Page 24 of 8294
progress, except such WORK as the EMPLOYER may, in
writing, require to be done to safeguard any property or
WORK, or installations from damage, and the EMPLOYER,
for its part, may take over the work remaining unfinished by
the CONTRACTOR and complete the same through a fresh
contractor or by other means, at the risk and cost of the
CONTRACTOR, and any of his sureties if any, shall be liable
to the EMPLOYER for any excess cost occasioned by such
work having to be so taken over and completed by the
EMPLOYER over and above the cost at the rates specified in
the schedule of quantities and rate/prices.

b) WITHOUT DETERMINING THE CONTRACT to


take over the work of the CONTRACTOR or any part thereof
and complete the same through a fresh contractor or by other
means at the risk and cost of the CONTRACTOR. The
CONTRACTOR and any of his sureties are liable to the
EMPLOYER for any excess cost over and above the cost at
the rates specified in the Schedule of Quantities/ rates,
occasioned by such works having been taken over and
completed by the EMPLOYER.

29.2 In such events of Clause 29.1(a) or (b) above.

a) The whole or part of the Contract Performance


Security furnished by the CONTRACTOR is liable to be
forfeited without prejudice to the right of the EMPLOYER to
recover from the CONTRACTOR the excess cost referred to
in the sub-clause aforesaid, the EMPLOYER shall also have
the right of taking possession and utilising in completing the
works or any part thereof, such as materials equipment and
plants available at work site belonging to the CONTRACTOR
as may be necessary and the CONTRACTOR shall not be
entitled for any compensation for use or damage to such
materials, equipment and plant.

b) The amount that may have become due to the


CONTRACTOR on account of work already executed by him
shall not be payable to him until after the expiry of Six (6)
calendar months reckoned from the date of termination of
CONTRACT or from the taking over of the WORK or part
thereof by the EMPLOYER as the case may be, during which
period the responsibility for faulty materials or workmanship
in respect of such work shall, under the CONTRACT, rest
exclusively with the CONTRACTOR. This amount shall be
subject to deduction of any amounts due from the
CONTRACT to the EMPLOYER under the terms of the
CONTRACT authorised or required to be reserved or retained
by the EMPLOYER.

29.3 Before determining the CONTRACT as per Clause 29.1(a) or (b)


provided in the judgement of the EMPLOYER, the default or defaults
committed by the CONTRACTOR is/are curable and can be cured by
the CONTRACTOR if an opportunity given to him, then the
EMPLOYER may issue Notice in writing calling the CONTRACTOR
to cure the default within such time specified in the Notice.

95
Page 25 of 82
29.4 The EMPLOYER shall also have the right to proceed or take action as
per 29.1(a) or (b) above, in the event that the CONTRACTOR becomes
bankrupt, insolvent, compounds with his creditors, assigns the
CONTRACT in favour of his creditors or any other person or persons,
or being a company or a corporation goes into voluntary liquidation,
provided that in the said events it shall not be necessary for the
EMPLOYER to give any prior notice to the CONTRACTOR.

29.5 Termination of the CONTRACT as provided for in sub- clause 29.1(a)


above shall not prejudice or affect their rights of the EMPLOYER
which may have accrued upto the date of such termination.
30 Contractor remains liable to 30.1 In any case in which any of the powers conferred upon the
pay compensation if action EMPLOYER BY CLAUSE 29.0 thereof shall have become exercisable
not taken under clause 29: and the same had not been exercised, the non-exercise thereof shall not
constitute a waiver of any of the conditions hereof and such powers
shall notwithstanding be exercisable in .the event of any further case of
default by the CONTRACTOR for which by any clause or clauses
hereof he is declared liable to pay compensation amounting to the whole
of his Contract Performance Security, and the liability of the
CONTRACTOR for past and future compensation shall remain
unaffected. In the event of the EMPLOYER putting in force the power
under above sub-clause (a), (b) or (c) vested in him under the preceding
clause he may, if he so desired, take possession of all or any tools, and
plants, materials and stores in or upon the works or the site thereof
belonging to the CONTRACTOR or procured by him and intended to
be used for the execution of the WORK or any part thereof paying or
allowing for the same in account at the CONTRACT rates or in case of
these not being applicable at current market rates to be certified by the
ENGINEER-IN-CHARGE whose certificate thereof shall be final,
otherwise the ENGINEER-IN- CHARGE may give notice in writing to
the CONTRACTOR or his clerk of the works, foreman or other
authorised agent, requiring him to remove such tools, plant, materials or
stores from the premises (within a time to be specified in such notice),
and in the event of the CONTRACTOR failing to comply with any such
requisition, the ENGINEER-IN-CHARGE may remove them at the
CONTRACTOR's expense or sell them by auction or private sale on
account of the CONTRACTOR and at his risk in all respects without
any further notice as to the date, time or place of sale and the certificate
of the ENGINEER-IN-CHARGE as to the expenses of any such
removal and the amount of the proceeds and expenses of any such sale
shall be final and conclusive against the CONTRACTOR.

31 Change in constitution: 31.1 Where the CONTRACTOR is a partnership firm, the prior approval of
the EMPLOYER shall be obtained in writing, before any change is
made in the constitution of the firm. Where the CONTRACTOR is an
individual or a Hindu undivided family business concern, such approval
as aforesaid shall,likewise be obtained before such CONTRACTOR
enters into any agreement with other parties, where under, the
reconstituted firm would have the right to carry out the work hereby
undertaken by the CONTRACTOR. In either case if prior approval as
aforesaid is not obtained, the CONTRACT shall be deemed to have
been allotted in contravention of clause 37 hereof and the same action
may be taken and the same consequence shall ensure as provided in the
said clause.

Page 26 of 8296
32 Termination of contract 32(A) TERMINATION OF CONTRACT FOR DEATH:
If the CONTRACTOR is an individual or a proprietary concern and
the individual or the proprietor dies or if the CONTRACTOR is a
partnership concern and one of the partner dies then unless, the
EMPLOYER is satisfied that the legal representative of the individual
or the proprietory concern or the surviving partners are capable of
carrying out and completing CONTRACT, he (the EMPLOYER)is
entitled to cancel the CONTRACT for the uncompleted part without
being in any way liable for any compensation payment to the estate of
the diseased CONTRACTOR and/or to the surviving partners of the
CONTRACTOR'S firm on account of the cancellation of
CONTRACT. The decision of the EMPLOYER in such assessment
shall be final and binding on the parties. In the event of such
cancellation, the EMPLOYER shall not hold the estate of the diseased
CONTRACTOR and/or the surviving partners of the
CONTRACTOR'S firm liable for any damages for non-completion of
CONTRACT.

32(B) TERMINATION OF CONTRACT IN CASE OF LIQUIDATION /


BANKRUPTCY ETC.

If the Contractor shall dissolve or become bankrupt or insolvent or


cause or suffer any receiver to be appointed of his business of any
assets thereof compound with his Creditors, or being a corporation
commence to be wound up, not being a member’s voluntary winding
up for the purpose of amalgamation or reconstruction, or carry on its
business under a Receiver for the benefits of its Creditors any of
them, EMPLOYER shall be at liberty :-

To terminate the contract forthwith upon coming to know of the


happening of any such event as aforesaid by notice in writing to the
Contractor or to give the Receiver or liquidator or other person, the
option of carrying out the contract subject to his providing a guarantee
upto an amount to be agreed upon by EMPLOYER for due and faithful
performance of the contract.

32 (C) In case of termination of CONTRACT herein set forth (under clause


29.0) except under conditions of Force Majeure and termination after
expiry of contract, the CONTRACTOR shall be put under holiday [i.e.
neither any enquiry will be issued to the party by Bhagyanagar Gas
Limited. against any type of tender nor their offer will be considered
by BGL against any ongoing tender (s) where contract between BGL
and that particular CONTRACTOR (as a bidder) has not been
finalized] for three years from the date of termination by Bhagyanagar
Gas Limited. to such CONTRACTOR.

33 Members of the employer 33.1 No Director, or official or employee of the EMPLOYER/


not individually liable : CONSULTANT shall in any way be personally bound or liable for the
acts or obligations of the EMPLOYER under the CONTRACT or
answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are herein
contained.

34 Employer not bound by 34.1 The CONTRACTOR shall not be entitled to any increase on the

97
Page 27 of 82
personal representations: scheduled rates or any other right or claim whatsoever by reason of any
representation, explanation statement or alleged representation, promise
or guarantees given or alleged to have been given to him by any person.

35 Contractor's office at site: 35.1 The CONTRACTOR shall provide and maintain an office at the site for
the accommodation of his agent and staff and such office shall be open
at all reasonable hours to receive instructions, notice or other
communications. The CONTRACTOR at all time shall maintain a site
instruction book and compliance of these shall be communicated to the
ENGINEER-IN CHARGE from time to time and the whole document
to be preserved and handed over after completion of works.

36 Contractor's subordinate 36.1 The CONTRACTOR, on or after award of the WORK shall name and
staff and their conduct depute a qualified engineer having sufficient experience in carrying out
work of similar nature, to whom the equipments, materials, if any, shall
be issued and instructions for works given. The CONTRACTOR shall
also provide to the satisfaction of the ENGINEER-IN- CHARGE
sufficient and qualified staff to superintend the execution of the WORK,
competent sub-agents, foremen and leading hands including those
specially qualified by previous experience to supervise the types of
works comprised in the CONTRACT in such manner as will ensure
work of the best quality, expeditious working. Whenever in the opinion
of the ENGINEER-IN- CHARGE additional properly qualified
supervisory staff is considered necessary, they shall be employed by the
CONTRACTOR without additional charge on accounts thereof. The
CONTRACTOR shall ensure to the satisfaction of the
ENGINEER-IN-CHARGE that SUB- CONTRACTORS, if any, shall
provide competent and efficient supervision, over the work entrusted to
them.

36.2 If and whenever any of the CONTRACTOR's or SUB-


CONTRACTOR'S agents, sub-agents, assistants, foremen, or other
employees shall in the opinion of ENGINEER-IN- CHARGE be guilty
of any misconduct or be incompetent or insufficiently qualified or
negligent in the performance of their duties of that in the opinion of the
EMPLOYER or the ENGINEER-IN-CHARGE, it is undesirable for
administrative or any other reason for such person or persons to be
employed in the works, the CONTRACTOR, is so directed by the
ENGINEER-IN-CHARGE, shall at once remove such person or persons
from employment thereon. Any person or persons so removed from the
works shall not again be employed in connection with the WORKS
without the written permission of the ENGINEER-IN- CHARGE. Any
person so removed from the WORK shall be immediately re-placed at
the expense of the CONTRACTOR by a qualified and competent
substitute. Should the CONTRACTOR be requested to repatriate any
person removed from the works he shall do so and shall bear all costs in
connection herewith.

36.3 The CONTRACTOR shall be responsible for the proper behaviour of


all the staff, foremen, workmen, and others, and shall exercise a proper
degree of control over them and in particular and without prejudice to
the said generality, the CONTRACTOR shall be bound to prohibit and
prevent any employees from trespassing or acting in any way
detrimental or prejudicial to the interest of the community or of the

Page 28 of 8298
properties or occupiers of land and properties in the neighborhood and
in the event of such employee so trespassing, the CONTRACTOR shall
be responsible therefore and relieve the EMPLOYER of all consequent
claims or actions for damages or injury or any other grounds
whatsoever. The decision of the ENGINEER-IN-CHARGE upon any
matter arising under this clause shall be final. The CONTRACTOR
shall be liable for any liability to EMPLOYER on account of
deployment of CONTRACTOR's staff etc. or incidental or arising out
of the execution of CONTRACT.

The CONTRACTOR shall be liable for all acts or omissions on the part
of his staff, Foremen and Workmen and others in his employment,
including misfeasance or negligence of whatever kind in the course of
their work or during their employment, which are connected directly or
indirectly with the CONTRACT.

36.4 If and when required by the EMPLOYER and CONTRACTOR's


personnel entering upon the EMPLOYER's premises shall be properly
identified by badges of a type acceptable to the EMPLOYER which
must be worn at all times on EMPLOYER's premises. CONTRACTOR
may be required to obtain daily entry passes for his staff/employees
from EMPLOYER to work within operating areas. These being safety
requirements, no relaxations on this account shall be given to
CONTRACTOR.

37 Sub-letting of works: 37.1 No part of the CONTRACT nor any share or interest therein shall in any
manner or degree be transferred, assigned or sublet by the
CONTRACTOR directly or indirectly to any person, firm or corporation
whatsoever without the consent in writing, of the
ENGINEER/EMPLOYER except as provided for in the succeeding
sub-clause.

i) SUB-CONTRACTS FOR TEMPORARY WORKS ETC.:

The EMPLOYER may give written consent to Sub- contract


for the execution of any part of the WORK at the site, being
entered in to by CONTRACTOR provided each individual
Sub- contract is submitted to the ENGINEER-IN-CHARGE
before being entered into and is approved by him.

ii) LIST OF SUB-CONTRACTORS TO BE SUPPLIED:

At the commencement of every month the CONTRACTOR


shall furnish to the ENGINEER-IN- CHARGE list of all
SUB-CONTRACTORS or other persons or firms engaged by
the CONTRACTOR and working at the SITE during the
previous month with particulars of the general nature of the
Subcontract or works done by them.

iii) CONTRACTOR'S LIABILITY NOT LIMITED BY SUB-


CONTRACTORS:

Notwithstanding any sub-letting with such approval as


aforesaid and notwithstanding that the
ENGINEER-IN-CHARGE shall have received copies of

99
Page 29 of 82
any Subcontracts, the contractor shall be and shall remain
solely responsible for the quality, proper and expeditious execution of
the Contract in all respects as if such sub-letting or Subcontracting
had not taken place, and as if such work had been done directly
by the CONTRACTOR. The CONTRACTOR shall bear all
responsibility for any act or omission on the part of sub-
contractors in regard to work to be performed under the
CONTRACT.

iv) EMPLOYER MAY TERMINATE SUB-CONTRACTS:

If any SUB-CONTRACTOR engaged upon the works at the


site executes any works which in the opinion of the
ENGINEER-IN-CHARGE is not in accordance with the
CONTRACT documents, the EMPLOYER may by written
notice to the CONTRACTOR request him to terminate such
subcontract and the CONTRACTOR upon the receipt of such
notice shall terminate such Subcontract and dismiss the
SUB-CONTRACTOR(S) and the later shall forthwith leave
the works, failing which the EMPLOYER shall have the right
to remove such SUB- CONTRACTOR(S) from the site.

v) NO REMEDY FOR ACTION TAKEN UNDER THIS


CLAUSE:

No action taken by the EMPLOYER under the clause shall


relieve the CONTRACTOR of any of his liabilities under the
CONTRACT or give rise to any right or compensation,
extension of time or otherwise failing which the EMPLOYER
shall have the right to remove such SUB-CONTRACTOR(S)
from the site.

38 Power of entry: 38.1 If the CONTRACTOR shall not commence the WORK in the manner
previously described in the CONTRACT documents or if he shall at any
time in the opinion of the ENGINEER-IN-CHARGE.

i) fail to carry out the WORK in conformity with the


CONTRACT documents, or

ii) fail to carry out the WORK in accordance with


the Time Schedule, or

iii) substantially suspend work or the WORK for a


period of fourteen days without authority from
the ENGINEER-IN-CHARGE, or

iv) fail to carry out and execute the WORK to the


satisfaction of the ENGINEER-IN-CHARGE, or

v) fail to supply sufficient or suitable construction


plant, temporary works, labour, materials or things,
or

vi) Commit, suffer, or permit any other breach of any of

100
Page 30 of 82
the provisions of the CONTRACT on his part to be
performed or observed or persist in any of the above
mentioned breaches of the CONTRACT for fourteen days,
after notice in writing shall have been given to the
CONTRACTOR by the
ENGINEER-IN-CHARGE requiring such breach
to be remedied, or

vii) if the CONTRACTOR shall abandon the WORK


or

viii) If the CONTRACTOR during the continuance of the


CONTRACT shall become bankrupt, make
any arrangement or composition with his creditors,
or permit any execution to be levied or go into
liquidation whether compulsory or voluntary not
being merely a voluntary liquidation for the purpose
of amalgamation or reconstruction

then in any such case, the EMPLOYER shall have the power to enter
upon the WORK and take possession thereof and of the materials,
temporary WORK, construction plant, and stock thereon, and to revoke
the CONTRACTOR's licence to use the same, and to complete the
WORK by his agents, other CONTRACTORS or workmen or to relate
the same upon any terms and to such other person, firm or corporation
as the EMPLOYER in his absolute discretion may think proper to
employ and for the purpose aforesaid to use or authorise the use of any
materials, temporary work, CONSTRUCTION PLANT, and stock as
aforesaid, without making payment or allowance to the
CONTRACTOR for the said materials other than such as may be
certified in writing by the ENGINEER-IN-CHARGE to be reasonable,
and without making any payment or allowance to the CONTRACTOR
for the use of the temporary said works, construction plant and stock or
being liable for any loss or damage thereto, and if the EMPLOYER
shall by reason of his taking possession of the WORK or of the WORK
being completed by other CONTRACTOR (due account being taken of
any such extra work or works which may or be omitted) then the
amount of such excess as certified by the ENGINEER-IN- CHARGE
shall be deducted from any money which may be due for work done by
the CONTRACTOR under the CONTRACT and not paid for. Any
deficiency shall forthwith be made good and paid to the EMPLOYER
by the CONTRACTOR and the EMPLOYER shall have power to sell
in such manner and for such price as he may think fit all or any of the
construction plant, materials etc. constructed by or belonging to and to
recoup and retain the said deficiency or any part thereof out of proceeds
of the sale.

39 Contractor's responsibility 39.1 Without repugnance of any other condition, it shall be the responsibility
with the mechanical, of the CONTRACTOR executing the work of civil construction, to
electrical, work in close cooperation and coordinate the WORK with the
intercommunication system, Mechanical, Electrical, Air-conditioning and Intercommunication
airconditioning contractors Contractor's and other agencies or their authorised representatives, in
and other agencies: providing the necessary grooves, recesses, cuts and opening etc., in wall,
slabs beams and columns etc. and making good the same to the desired
finish as per specification, for the placement of electrical,
intercommunication cables, conduits, air-conditioning inlets and outlets

101
Page 31 of 82
grills and other equipments etc. where required. For the above said
requirements in the false ceiling and other partitions, the
CONTRACTOR before starting-up the work shall in consultation with
the Electrical, Mechanical, Intercommunication, Air-conditioning
contractor and other agencies prepare and put-up a joint scheme,
showing the necessary openings, grooves, recesses, cuts, the methods of
fixing required for the WORK of the aforesaid, and the finishes therein,
to the ENGINEER-IN-CHARGE and get the approval. The
CONTRACTOR before finally submitting the scheme to the
ENGINEER-IN-CHARGE, shall have the written agreement of the
other agencies. The ENGINEER- IN-CHARGE, before communicating
his approval to the scheme, with any required modification, shall get the
final agreement of all the agencies, which shall be binding. No claim
shall be entertained on account of the above.

The CONTRACTOR shall confirm in all respects with provision of any


statutory regulations, ordinances or byelaws of any local or duly
constituted authorities or public bodies which may be applicable from
time to time to the WORK or any temporary works. The
CONTRACTOR shall keep the EMPLOYER indemnified against all
penalties and liabilities of every kind, arising out of non- adherance to
such stains, ordinances, laws, rules, regulations, etc.

40 Other agencies at site: 40.1 The CONTRACTOR shall have to execute the WORK in such place
and conditions where other agencies will also be engaged for other
works such as site grading, filling, and levelling, electrical and
mechanical engineering works, etc. No claim shall be entertained due to
WORK being executed in the above circumstances.

41 Notice: 41.1 TO THE CONTRACTOR:

Any notice hereunder may be served on the CONTRACTOR or his duly


authorised representative at the job site or may be served by registered
mail direct to the address furnished by the CONTRACTOR. Proof of
issue of any such notice could be conclusive of the CONTRACTOR
having been duly informed of all contents therein.

41.2 TO THE EMPLOYER:

Any notice to be given to the EMPLOYER under the terms of the


CONTRACTOR shall be served by sending the same by Registered
mail to or delivering the same at the respective site offices of M/S.
Bhagyanagar Gas Limited. addressed to the
HEAD/SITE-IN-CHARGE.

42 Right of various interests: 42.1 i) The EMPLOYER reserves the right to distribute the work
between more than one agency(ies). The
CONTRACTOR shall cooperate and afford other
agency(ies) reasonable opportunity for access to the
WORK for the carriage and storage of materials and
execution of their works.

ii) Wherever the work being done by any department of the


EMPLOYER or by other agency(ies) employed by the
EMPLOYER is contingent upon WORK covered by this
CONTRACT, the respective rights of the various

102
Page 32 of 82
interests involved shall be determined by the
ENGINEER-IN-CHARGE to secure the completion of the
various portions of the work in general harmony.

43 Patents and royalties: 43.1 The CONTRACTOR, if licensed under any patent covering equipment,
machinery, materials or compositions of matter to be used or supplied or
methods and process to be practised or employed in the performance of
this CONTRACT, agrees to pay all royalties and licence fees which
may be due with respect thereto. If any equipment, machinery,
materials, composition of matters, be used or supplied or methods and
processes to be practised or employed in the performance of this
CONTRACT,is covered by a patent under which the CONTRACTOR
is not licensed then the CONTRACTOR before supplying or using the
equipment, machinery materials, composition method or processes shall
obtain such licences and pay such royalties and licence fees as may be
necessary for performance of this CONTRACT. In the event the
CONTRACTOR fails to pay any such royalty or obtain any such
licence, any suit for infringement of such patents which is brought
against the CONTRACTOR or the EMPLOYER as a result such failure
will be defended by the CONTRACTOR at his own expense and the
CONTRACTOR will pay any damages and costs awarded in such suit.
The CONTRACTOR shall promptly notify the EMPLOYER if the
CONTRACTOR has acquired the knowledge of any plant under which
a suit for infringement could be reasonably brought because of the use
by the EMPLOYER of any equipment, machinery, materials, process,
methods to be supplied hereunder. The CONTRACTOR agrees to and
does hereby grant to EMPLOYER, together with the right to extend the
same to any of the subsidiaries of the EMPLOYER as irrevocable,
royalty free licence to use in any country, any invention made by the
CONTRACTOR or his employee in or as result of the performance of
the WORK under the CONTRACT.

43.2 All charges on account of royalty. toilage, rent, octroi terminal or sales
tax and/or other duties or any other levy on materials obtained for the
work or temporary work or part thereof (excluding materials provided
by the EMPLOYER) shall be borne by the CONTRACTOR.

43.3 The CONTRACTOR shall not sell or otherwise dispose of or remove


except for the purpose of this CONTRACT, the sand, stone, clay,
ballast, earth, rock or other substances, or materials obtained from any
excavation made for the purpose of the WORK or any building or
produce upon the site at the time of delivery of the possession thereof,
but all such substances, materials, buildings and produce shall be the
property of the EMPLOYER provided that the CONTRACTOR may
with the permission of the ENGINEER-IN-CHARGE, use the same for
the purpose of the work by payment of cost of the same at such a rate as
may be determined by the ENGINEER-IN- CHARGE.

43.4 The EMPLOYER shall indemnify and save harmless the


CONTRACTOR from any loss on account of claims against
CONTRACTOR for the contributory infringement of patent rights
arising out and based upon the claim that the use of the EMPLOYER of
the process included in the design prepared by the EMPLOYER and
used in the operation of the plant infringes on any patent right. With
respect to any subcontract entered into by CONTRACTOR pursuant to

103
Page 33 of 82
the provisions of the relevant clause hereof, the CONTRACTOR shall
obtain from the SUB-CONTRACTOR an undertaking to provide the
EMPLOYER with the same patent protection that CONTRACTOR is
required to provide under the provisions of this clause.

44 Liens: 44.1 If, at any time there should be evidence or any lien or claim for which
the EMPLOYER might have become liable and which is chargeable to
the CONTRACTOR, the EMPLOYER shall have the right to retain out
of any payment then due or thereafter to become due an amount
sufficient to completely indemnify the EMPLOYER against such lien or
claim and if such lien or claim be valid, the EMPLOYER may pay and
discharge the same and deduct the amount so paid from any money
which may be or may become due and payable to the CONTRACTOR.
If any lien or claim remain unsettled after all payments are made, the
CONTRACTOR shall refund or pay to the EMPLOYER all money that
the latter may be compelled to pay in discharging such lien or claim
including all costs and reasonable expenses. EMPLOYER reserves the
right to do the same.

44.2 The EMPLOYER shall have lien on all materials, equipments including
those brought by the CONTRACTOR for the purpose of erection,
testing and commissioning of the WORK.

44.3 The final payment shall not become due until the CONTRACTOR
delivers to the ENGINEER-IN-CHARGE a complete release or waiver
of all liens arising or which may arise out of his agreement or receipt in
full or certification by the CONTRACTOR in a form approved by
ENGINEER-IN-CHARGE that all invoices for labour, materials,
services have been paid in lien thereof and if required by the
ENGINEER-IN-CHARGE in any case an affidavit that so far as the
CONTRACTOR has knowledge or information the releases and receipts
include all the labour and material for which a lien could be filled.

44.4 CONTRACTOR will indemnify and hold the EMPLOYER harmless,


for a period of two years after the issue of FINAL CERTIFICATE, from
all liens and other encumbrances against the EMPLOYER on account of
debts or claims alleged to be due from the CONTRACTOR or his
SUB-CONTRACTOR to any person including SUB- CONTRACTOR
and on behalf of EMPLOYER will defend at his own expense, any
claim or litigation brought against the EMPLOYER or the
CONTRACTOR in connection therewith. CONTRACTOR shall
defend or contest at his own expense any fresh claim or litigation by any
person including his SUB-CONTRACTOR, till its satisfactory
settlement even after the expiry of two years from the date of issue of
FINAL CERTIFICATE.

45 Delays by employer or his 45.1 In case the CONTRACTOR's performance is delayed due to any act or
authorised agents: omission on the part of the EMPLOYER or his authorised agents, then
the CONTRACTOR shall be given due extension of time for the
completion of the WORK, to the extent such omission on the part of the
EMPLOYER has caused delay in the CONTRACTOR's performance of
his WORK.

45.2 No adjustment in CONTRACT PRICE shall be allowed for reasons of


such delays and extensions granted except as provided in TENDER
DOCUMENT, where the EMPLOYER reserves the right to seek

104
Page 34 of 82
indulgence of CONTRACTOR to maintain the agreed Time Schedule
of Completion.

In such an event the CONTRACTOR shall be obliged for working by


CONTRACTOR's personnel for additional time beyond stipulated
working hours as also Sundays and Holidays and achieve the
completion date/interim targets.

46 Payment if the contract is 46.1 If the CONTRACT shall be terminated as per Tender pursuant to Clause
terminated: no. 29 of GCC, the CONTRACTOR shall be paid by the EMPLOYER
in so far as such amounts or items shall not have already been covered
by payments of amounts made to the CONTRACTOR for the WORK
executed and accepted by ENGINEER-IN-CHARGE prior to the date
of termination at the rates and prices provided for in the CONTRACT
and in addition to the following:

a) The amount payable in respect of any preliminary


items, so far as the Work or service comprised therein has been
carried out or performed and an appropriate portion as certified
by ENGINEER-IN- CHARGE of any such items or service
comprised in which has been partially carried out or
performed.

b) Any other expenses which the CONTRACTOR has


expended for performing the WORK under the CONTRACT
subject to being duly recommended by
ENGINEER-IN-CHARGE and approved by EMPLOYER for
payment, based on documentary evidence of his having
incurred such expenses.

46.2 The CONTRACTOR will be further required to transfer the title and
provide the following in the manner and as directed by the
EMPLOYER.

a) Any and all completed works.

b) Such partially completed WORK including drawings,


informations and CONTRACT rights as the CONTRACTOR
has specially performed, produced or acquired for the
performance of the CONTRACTOR.

47 No waiver of rights: 47.1 Neither the inspection by the EMPLOYER or any of their officials,
employees, or agents nor any order by the EMPLOYER for payment of
money or any payment for or acceptance of the whole or any part of the
Work by the EMPLOYER nor any extension of time, nor any
possession taken by EMPLOYER shall operate as a waiver of any
provision of the CONTRACT, or of any power herein reserved to the
EMPLOYER, or any right to damages herein provided, nor shall any
waiver of any breach in the CONTRACT be held to be a waiver of any
other subsequent breach.

48 Certificate not to affect right 48.1 No interim payment certificate(s) issued by the Engineer-in-Charge of

105
Page 35 of 82
of employer and liability of the EMPLOYER, nor any sum paid on account by the EMPLOYER,
contractor: nor any extension of time for execution of the work granted by
EMPLOYER shall affect or prejudice the rights of the Employer against
the CONTRACTOR or relieve the CONTRACTOR of his obligations
for the due performance of the CONTRACT, or be interpreted as
approval of the WORK done or of the equipment supplied and no
certificate shall create liability for the EMPLOYER to pay for
alterations, amendments, variations or additional works not ordered, in
writing, by EMPLOYER or discharge the liability of the
CONTRACTOR for the payment of damages whether due, ascertained,
or certified or not or any sum against the payment of which he is bound
to indemnify the EMPLOYER.

49 Language and measures: 49.1 All documents pertaining to the CONTRACT including Specifications,
Schedules, Notices, Correspondence, operating and maintenance
Instructions, DRAWINGS, or any other writing shall be written in
English language. The Metric System of measurement shall be used in
the CONTRACT unless otherwise specified.

50 Transfer of title: 50.1 The title of Ownership of supplies furnished by the CONTRACTOR
shall not pass on to the EMPLOYER for all Supplies till the same are
finally accepted by the EMPLOYER after the successful completion of
PERFORMANCE TEST and GUARANTEE TEST and issue of
FINAL CERTIFICATE.

50.2 However, the EMPLOYER shall have the lien on all such works
performed as soon as any advance or progressive payment is made by
the EMPLOYER to the CONTRACTOR and the CONTRACTOR shall
not subject these works for use other than those intended under this
CONTRACT.

51 Release of information: 51.1 The CONTRACTOR shall not communicate or use in advertising,
publicity, sales releases or in any other medium, photographs, or other
reproduction of the Work under this CONTRACT or description of the
site dimensions, quantity , quality or other information, concerning the
Work unless prior written permission has been obtained from the
EMPLOYER.

52 Brand names: 52.1 The specific reference in the SPECIFICATIONS and documents to any
material by trade name, make or catalogue number shall be construed as
establishing standard or quality and performance and not as limited
competition. However, TENDERER may offer other similar
equipments provided it meets the specified standard design and
performance requirements.

53 Completion of contract: 53.1 Unless otherwise terminated under the provisions of any other relevant
clause, this CONTRACT shall be deemed to have been completed at the
expiration of the PERIOD OF LIABILITY as provided for under the
CONTRACT.

54 Spares: 54.1 The CONTRACTOR shall furnish to the EMPLOYER all spares
required for COMMISSIONING of the plants, recommendatory and/or
mandatory spares, which are required essential by the
manufacturer/supplier. The same shall be delivered at SITE, 3(Three)
months before COMMISSIONING.

106
Page 36 of 82
Also the CONTRACTOR should furnish the manufacturing drawings
for fast wearing spares.

54.2 The CONTRACTOR guarantees the EMPLOYER that before the


manufacturers of the equipments, plants and machineries go out of
production of spare parts for the equipment furnished and erected by
him, he shall give at least twelve (12) months' advance notice to the
EMPLOYER, so that the latter may order his requirement of spares in
one lot, if he so desires.

SECTION-V Performance of Work

55 Execution of work: 55.1 All the Works shall be executed in strict conformity with the provisions
of the CONTRACT Documents and with such explanatory detailed
drawings, specification and instructions as may be furnished from time
to time to the CONTRACTOR by the ENGINEER-IN-CHARGE
whether mentioned in the CONTRACT or not. The CONTRACTOR
shall be responsible for ensuring that works throughout are executed in
the most substantial, proper and workmanlike manner with the quality of
material and workmanship in strict accordance with the
SPECIFICATIONS and to the entire satisfaction of the
ENGINEER-IN-CHARGE. The CONTRACTOR shall provide all
necessary materials equipment labour etc. for execution and maintenance
of WORK till completion unless otherwise mentioned in the
CONTRACT.
56 Co-ordination and inspection of 56.1 The coordination and inspection of the day-to-day work under the
work: CONTRACT shall be the responsibility of the
ENGINEER-IN-CHARGE. The written instruction regarding any
particular job will normally be passed by the ENGINEER-IN-CHARGE
or his authorised representative. A work order book will be maintained
by the CONTRACTOR for each sector in which the aforesaid written
instructions will be entered. These will be signed by the
CONTRACTOR or his authorised representative by way of
acknowledgement within 12 hours.

57 Work in monsoon and 57.1 Unless otherwise specified elsewhere in the tender, the execution of the
dewatering: WORK may entail working in the monsoon also. The
CONTRACTOR must maintain a minimum labour force as may be
required for the job and plan and execute the construction and erection
according to the prescribed schedule. No extra rate will be considered
for such work in monsoon.

57.2 During monsoon and other period, it shall be the responsibility of the
CONTRACTOR to keep the construction work site free from water at
his own cost.

58 Work on sundays and holidays: 58.1 For carrying out Work on Sundays, and Holidays, the CONTRACTOR
will approach the ENGINEER-IN-CHARGE or his representative at
least two days in advance and obtain permission in writing. The

107
Page 37 of 82
CONTRACTOR shall observe all labour laws and other statutory rules
and regulations in force. In case of any violations of such laws, rules and
regulations, consequence if any, including the cost thereto shall be
exclusively borne by the CONTRACTOR and the EMPLOYER shall
have no liability whatsoever on this account.

59 General conditions for 59.1 The working time at the site of work is 48 hours per week. Overtime
construction and erection work: work is permitted in cases of need and the EMPLOYER will not
compensate the same. Shift working at 2 or 3 shifts per day will become
necessary and the CONTRACTOR should take this aspect into
consideration for formulating his rates for quotation. No extra claims
will be entertained by the EMPLOYER no this account. For carrying
out work beyond working hours the CONTRACTOR will approach the
ENGINEER-IN-CHARGE or his authorised representative and obtain
his prior written permission.

59.2 The CONTRACTOR must arrange for the placement of workers in such
a way that the delayed completion of the WORK or any part thereof for
any reason whatsoever will not affect their proper employment. The
EMPLOYER will not entertain any claim for idle time payment
whatsoever.

59.3 The CONTRACTOR shall submit to the EMPLOYER/ENGINEER-IN-


CHARGE reports at regular intervals regarding the state and progress of
WORK. The details and proforma of the report will mutually be agreed
after the award of CONTRACT. The CONTRACTOR shall provide
display boards showing progress and labour strengths at worksite, as
directed by the ENGINEER-IN-CHARGE.

60 Alterations in specifications, 60.1 The WORK covered under this CONTRACT having to be executed by
design and extra works: the CONTRACTOR on a lumpsum firm price/item rate quoted by him,
the EMPLOYER will not accept any proposals for changes in VALUE
OF CONTRACT or extension in time on account of any such changes
which may arise to the CONTRACTOR's scope of WORK as a result of
detailed Engineering and thereafter during the execution of WORK. The
only exception to this will be a case where the EMPLOYER requests in
writing to the CONTRACTOR to upgrade the SPECIFICATIONS or the
size of any major pieces of equipments, plant or machinery beyond what
is normally required to meet the scope of WORK as defined in the
CONTRACT DOCUMENT.

In such cases, a change order will be initialled by the CONTRACTOR at


the appropriate time for the EMPLOYER's prior approval giving the full
back-up data for their review and for final settlement of any impact on
price within 30 (thirty) days thereafter.

60.2 The ENGINEER-IN-CHARGE shall have to make any alterations in,


omission from, additions to or substitutions for, the Schedule of Rates,
the original specifications, drawings, designs and instructions that may
appear to him to be necessary or advisable during the progress of the
WORK and the CONTRACTOR shall be bound to carry out the such
altered/ extra/ new items of WORK in accordance with any instructions
which may be given to him in writing signed by the ENGINEER-IN-
CHARGE, and such alterations, omissions, additions or substitutions

108
Page 38 of 82
shall not invalidate the CONTRACT and any altered, additional or
substituted work which the CONTRACTOR may be directed to do in
the manner above specified as part of the WORK shall be carried out by
the CONTRACTOR on the same conditions in all respects on which he
agreed to do the main WORK. The time of completion of WORK may
be extended for the part of the particular job at the discretion of the
ENGINEER-IN- CHARGE, for only such alterations, additions or
substitutions of the WORK, as he may consider as just and reasonable.
The rates for such additional, altered or substituted WORK under this
clause shall be worked out in accordance with the following provisions:-

I. For Item Rate Contract

a) If the rates for the additional, altered or substituted


WORK are specified in the CONTRACT for the
WORK, the CONTRACTOR is bound to carry on the
additional, altered or substituted WORK at the same
rates as are specified in the CONTRACT.

b) If the rates for the additional, altered or substituted


WORK are not specifically provided in the
CONTRACT for the WORK, the rates will be derived
from the rates for similar class of WORK as are
specified in the CONTRACT for the WORK. The
opinion of the ENGINEER-IN- CHARGE, as to
whether or not the rates can be reasonably so derived
from the items in this CONTRACT will be final and
binding on the CONTRACTOR.

c) If the rates for the altered, additional or substituted


WORK cannot be determined in the manner specified
in sub-clause(s) and (b) above, then the
CONTRACTOR shall, within 7 days of the date of
receipt of order to carry out the WORK, inform the
ENGINEER-IN-CHARGE of the rates which it is his
intention to charge for such class of WORK,
supported by analysis of the rate or rates claimed, and
the ENGINEER-IN-CHARGE shall determine the
rate or rates on the basis of the prevailing market
rates, labour cost at schedule of labour rates plus 10%
to cover contractor's supervision, overheads and profit
and pay the CONTRACTOR accordingly. The
opinion of the ENGINEER- IN-CHARGE as to
current market rates of materials and the quantum of
labour involved per unit of measurement will be final
and binding on the CONTRACTOR.

d) Where the item of work will be executed through


nominated specialist agency as approved by the
ENGINEER-IN-CHARGE, then the actual amount
paid to such nominated agency supported by
documentary evidence and as certified by
ENGINEER-IN-CHARGE shall be considered plus
10% (ten percent) to cover all contingencies,
overhead, profits to arrive at the rates.

109
Page 39 of 82
e) Provisions contained in the Sub-clause (a) & (d)
above shall, however, not apply for the following:-

Where the value of additions of new items together


with the value of alterations, additions/deletions or
substitutions does not exceed by or is not less than
plus/minus (+_)25% of the VALUE OF CONTRACT.
The item rates in the Schedule of Rates shall hold
good for all such variations between the above
mentioned limits, irrespective of any
increase/decrease of quantities in the individual items
of Schedule of Rates.

Where the value of addition of new items together


with the value of alterations, additions/deletions or
substitutions reduces more than 25% of the contract
value but is within the following limits the tenderer
shall be paid compensation for decrease in the value
of work, as follows:

S.No. Range of Variation Percentage compensation for


decrease in the value of work in
the respective range.

a) Beyond (+) 25% upto & No increase and/or decrease


inclusive of (+) 50% shall be applicable for the Schedule
of Rates (The rates quoted for this
increase shall be valid).

b) Beyond (-) 25% upto & For reduction beyond 25%


inclusive of (-) 50% contractor shall be compensated by
an amount equivalent to 10% of
the reduction in value of the
contract as awarded. For example
if the actual contract value is 70%
of awarded value then
compensation shall be 10% of
(75-70) i.e. 0.5% of awarded
contract value.

II. For Lumpsum Contracts

CONTRACTOR shall, within 7 days of the date of receipt of


order to carry out the WORK, inform the ENGINEER-IN-
CHARGE of the rates which it is his intention to charge for
such class of WORK, supported by analysis of the rate or rates
claimed, and the ENGINEER-IN-CHARGE shall determine
the rate or rates on the basis of the prevailing market rates,
labour cost at schedule of labour rates plus 10% to cover
contractor's supervision, overheads and profit and pay the
CONTRACTOR accordingly. The opinion of the
ENGINEER- IN-CHARGE as to current market rates of
materials and the quantum of labour involved per unit of
measurement will be final and binding on the CONTRACTOR.

110
Page 40 of 82
61 Drawings to be supplied by the 61.1 The drawings attached with tender are o0nly for the general guidance to the
employer CONTRACTOR to enable him to visualize the type of work contemplated
and scope of work involved. The CONTRACTOR will be deemed to
have studied the DRAWINGS and formed an idea about the WORK
involved.

61.2 Detailed working drawings on the basis of which actual execution of the
WORK is to proceed, will be furnished from time to time during the
progress of the work. The CONTRACTOR shall be deemed to have gone
through the DRAWINGS supplied to him thoroughly and carefully and in
conjunction with all other connected drawings and bring to the notice of
the ENGINEER-IN-CHARGE discrepancies, if any, therein before
actually carrying out the Work.

61.3 Copies of all detailed working drawings relating to the WORK shall be
kept at the CONTRACTOR's office on the site and shall be made available
to the ENGINEER-IN- CHARGE at any time during the CONTRACT.
The drawings and other documents issued by the EMPLOYER shall be
returned to the EMPLOYER on completion of the WORK.

62 Drawings to be supplied by the 62.1 The drawings/date which are to be furnished by the CONTRACTOR are
contractor: enumerated in the special conditions of contract, and shall be furnished
within the specified time.

62.2 Where approval/review of drawings before manufacture/


construction/fabrication has been specified, it shall be CONTRACTOR's
responsibility to have these drawings prepared as per the directions of
ENGINEER-IN-CHARGE and got approved before proceeding with
manufacture/construction/fabrication as the case may be. Any change that
may have become necessary in these drawings during the execution of the
work shall have to be carried out by the CONTRACTOR to the satisfaction
of ENGINEER-IN-CHARGE at no extra cost. All final drawings shall
bear the certification stamp as indicated below duly signed by both the
CONTRACTOR and ENGINEER-IN-CHARGE.

"Certified true for ___________________________________ (Name of


Work)

Agreement
No.___________________________________________________

Signed:_________________ _________________
(CONTRACTOR) (ENGINEER-IN-CHARGE)

62.3 The DRAWINGS submitted by the CONTRACTOR shall be reviewed by


the ENGINEER-IN-CHARGE as far as practicable within 3 (Three) weeks
and shall be modified by the CONTRACTOR, if any modifications and/or
corrections are required by the ENGINEER-IN-CHARGE. The
CONTRACTOR shall incorporate such modifications and/or corrections
and submit the final drawings for approval. Any delays arising out of
failure by the CONTRACTOR to rectify the drawing in good time shall
not alter the Contract Completion Time.

62.4 As built drawings showing all corrections, adjustments etc. shall be


furnished by the CONTRACTOR in six copies and one transparent for

111
Page 41 of 82
record purposed to the EMPLOYER.

63 Setting out works: 63.1 The ENGINEER-IN-CHARGE shall furnish the CONTRACTOR with
only the four corners of the Works site and a level bench mark and the
CONTRACTOR shall set out the Works and shall provide an efficient staff
for the purpose and shall be solely responsible for the accuracy of such
setting out.

63.2 The CONTRACTOR shall provide, fix and be responsible for the
maintenance of all stakes, templates, level marks, profiles and other similar
things and shall take all necessary precautions to prevent their removal or
disturbance and shall be responsible for the consequence of such removal
or disturbance should the same take place and for their efficient and timely
reinstatement. The CONTRACTOR shall also be responsible for the
maintenance of all existing survey marks, boundary marks, distance marks
and center line marks, either existing or supplied and fixed by the
CONTRACTOR. The work shall be set out to the satisfaction of the
ENGINEER-IN-CHARGE. The approval there of joining with the
CONTRACTOR by the ENGINEER- IN-CHARGE in setting out the
work, shall not relieve the CONTRACTOR of any of his responsibility.

63.3 Before beginning the Works, the CONTRACTOR shall at his own cost,
provide all necessary reference and level posts, pegs, bamboos, flags,
ranging rods, strings and other materials for proper layout of the works in
accordance with the schemes for bearing marks acceptable to the
ENGINEER-IN-CHARGE. The center, longitudinal or face lines and
cross lines shall be marked by means of small masonry pillars. Each pillar
shall have distinct mark at the centre to enable theodolite to be set over it.
No work shall be started until all these points are checked and approved by
the ENGINEER-IN-CHARGE in writing but such approval shall not
relieve the CONTRACTOR of any of his responsibilities. The
CONTRACTOR shall also provide all labour, material and other facilities,
as necessary, for the proper checking of layout and inspection of the points
during construction.

63.4 Pillars bearing geodetic marks located at the sites of units of WORKS
under construction should be protected and fenced by the CONTRACTOR.

63.5 On completion of WORK, the CONTRACTOR must submit the geodetic


documents according to which the WORK was carried out.

64 Responsibility for level and 64.1 The CONTRACTOR shall be entirely and exclusively responsible for the
alignment: horizontal and vertical alignment, the levels and correctness of every part
of the WORK and shall rectify effectively any errors or imperfections
therein, such rectifications shall be carried out by the CONTRACTOR, at
his own cost, when instructions are issued to that effect by the
ENGINEER- IN-CHARGE.

65 Materials to be supplied by 65.1 The CONTRACTOR shall procure and provide within the VALUE OF
contractor: CONTRACT the whole of the materials required for the construction
including steels, cement and other building materials, tools, tackles,
construction plant and equipment for the completion and maintenance of
the WORK except the materials which will be issued by the EMPLOYER

112
Page 42 of 82
and shall make his own arrangement for procuring such materials and for
the transport thereof. The EMPLOYER may give necessary
recommendation to the respective authority if so desired by the
CONTRACTOR but assumes no further responsibility of any nature. The
EMPLOYER will insist on the procurement of materials which bear ISI
stamp and/or which are supplied by reputed suppliers.

65.2 The CONTRACTOR shall properly store all materials either issued to him
or brought by him to the SITE to prevent damages due to rain, wind, direct
exposure to sun, etc. as also from theft, pilferage, etc. for proper and
speedy execution of his works. The CONTRACTOR shall maintain
sufficient stocks of all materials required by him.

65.3 No material shall be despatched from the CONTRACTOR's stores before


obtaining the approval in writing of the ENGINEER-IN-CHARGE.

66 Stores supplied by the employer: 66.1 If the SPECIFICATION of the WORK provides for the use of any material
of special description to be supplied from the EMPLOYER's stores or it is
required that the CONTRACTOR shall use certain stores to be provided by
the ENGINEER-IN-CHARGE, such materials and stores, and price to be
charged there for as hereinafter mentioned being so far as practicable for
the convenience of the CONTRACTOR, but not so as in any way to
control the meaning or effect of the CONTRACT, the CONTRACTOR
shall be bound to purchase and shall be supplied such materials and stores
as are from time to time required to be used by him for the purpose of the
CONTRACT only. The sums due from the CONTRACTOR for the value
of materials supplied by the EMPLOYER will be recovered from the
running account bill on the basis of the actual consumption of materials in
the works covered and for which the running account bill has been
prepared. After the completion of the WORK, however, the
CONTRACTOR has to account for the full quantity of materials supplied
to him as per relevant clauses in this document.

66.2 The value of the stores/materials as may be supplied to the


CONTRACTOR by the EMPLOYER will be debited to the
CONTRACTOR's account at the rates shown in the schedule of materials
and if they are not entered in the schedule, they will be debited at cost
price, which for the purpose of the CONTRACT shall include the cost of
carriage and all other expenses whatsoever such as normal storage
supervision charges which shall have been incurred in obtaining the same
at the EMPLOYER's stores. All materials so supplied to the
CONTRACTOR shall remain the absolute property of the EMPLOYER
and shall not be removed on any account from the SITE of the WORK, and
shall be at all times open for inspection to the ENGINEER-IN-CHARGE.
Any such materials remaining unused at the time of the completion or
termination of the CONTRACT shall be returned to the EMPLOYER's
stores or at a place as directed by the ENGINEER-IN-CHARGE in
perfectly good condition at CONTRACTOR's cost.

67 Conditions for issue of 67.1 i) Materials specified as to be issued by the EMPLOYER will be
materials: supplied to the CONTRACTOR by the EMPLOYER form his
stores. It shall be responsibility of the CONTRACTOR to take
delivery of the materials and arrange for its loading, transport and
unloading at the SITE of WORK at his own cost. The materials
shall be issued between the working hours and as per the rules of
the EMPLOYER as framed from time to time.

113
Page 43 of 82
ii) The CONTRACTOR shall bear all incidental charges for the
storage and safe custody of materials at site after these have been
issued to him.

iii) Materials specified as to be issued by the EMPLOYER shall be


issued in standard sizes as obtained from the manufacturers.

iv) The CONTRACTOR shall construct suitable Godowns at the


SITE of WORK for storing the materials safe against damage by
rain, dampness, fire, theft etc. He shall also employ necessary
watch and ward establishment for the purpose.

v) It shall be duty of the CONTRACTOR to inspect the materials


supplied to him at the time of taking delivery and satisfy himself
that they are in good condition. After the materials have been
delivered by the EMPLOYER, it shall be the responsibility of the
CONTRACTOR to keep them in good condition and if the
materials are damaged or lost, at any time, they shall be repaired
and/or replaced by him at his own cost according to the
instructions of the ENGINEER-IN-CHARGE.

vi) The EMPLOYER shall not be liable for delay in supply or


non-supply of any materials which the EMPLOYER has
undertaken to supply where such failure or delay is due to natural
calamities, act of enemies, transport and procurement difficulties
and any circumstances beyond the control of the EMPLOYER.
In no case, the CONTRACTOR shall be entitled to claim any
compensation or loss suffered by him on this account.

vii) It shall be responsibility of the CONTRACTOR to arrange in


time all materials required for the WORK other than those to be
supplied by the EMPLOYER. If, however, in the opinion of the
ENGINEER-IN-CHARGE the execution of the WORK is likely
to be delayed due to the CONTRACTOR's inability to make
arrangements for supply of materials which normally he has to
arrange for, the ENGINEER-IN-CHARGE shall have the right at
his own discretion to issue such materials, if available with the
EMPLOYER or procure the materials from the market or as
elsewhere and the CONTRACTOR will be bound to take such
materials at the rates decided by the ENGINEER-IN-CHARGE.
This, however, does not in any way absolve the CONTRACTOR
from responsibility of making arrangements for the supply of
such materials in part or in full, should such a situation occur nor
shall this constitute a reason for the delay in the execution of the
WORK.
viii) None of the materials supplied to the CONTRACTOR will be
utilised by the CONTRACTOR for manufacturing item which
can be obtained as supplied from standard manufacturer in
finished form.

ix) The CONTRACTOR shall, if desired by the ENGINEER-


IN-CHARGE, be required to execute an Indemnity Bond in the
prescribed form for safe custody and accounting of all materials
issued by the EMPLOYER.

114
Page 44 of 82
x) The CONTRACTOR shall furnish to the ENGINEER-IN-
CHARGE sufficiently in advance a statement showing his
requirement of the quantities of the materials to be supplied by
the EMPLOYER and the time when the same will be required by
him for the works, so as to enable the ENGINEER-IN-CHARGE
to make necessary arrangements for procurement and supply of
the material.

xi) Account of the materials issued by the EMPLOYER shall be


maintained by CONTRACTOR indicating the daily receipt,
consumption and balance in hand. This account shall be
maintained in a manner prescribed by the
ENGINEER-IN-CHARGE along with all connected papers viz.
requisitions, issues, etc., and shall be always available for
inspection in the CONTRACTOR's office at SITE.

xii) The CONTRACTOR should see that only the required quantities
of materials are got issued. The CONTRACTOR shall not be
entitled to cartage and incidental charges for returning the surplus
materials, if any, to the stores wherefrom they were issued or to
the place as directed by the ENGINEER-IN-CHARGE.

xiii) Materials/Equipment(s) supplied by EMPLOYER shall not be


utilised for any purpose(s) than issued for.

68 Material procured with 68.1 Notwithstanding anything contained to the contrary in any or all the
assistance of employer/return of clauses of this CONTRACT where any materials for the execution of the
surplus: CONTRACT are procured with the assistance of the EMPLOYER either
by issue from EMPLOYER's stock or purchases made under order or
permits or licences issued by Government, the CONTRACTOR shall hold
the said materials as trustee for the EMPLOYER and use such materials
economically and solely for the purpose of the CONTRACT and not
dispose them off without the permission of the EMPLOYER and return, if
required by the ENGINEER-IN-CHARGE, shall determine having due
regard to the condition of the materials. The price allowed to the
CONTRACTOR, however, shall not exceed the amount charged to him
excluding the storage charges, if any. The decision of the
ENGINEER-IN-CHARGE shall be final and conclusive in such matters.
In the event of breach of the aforesaid condition, the CONTRACTOR
shall, in terms of the licences or permits and/or criminal breach of trust, be
liable to compensate the EMPLOYER at double rate or any higher rate, in
the event of those materials at that time having higher rate or not being
available in the market, then any other rate to be determined by the
ENGINEER-IN-CHARGE and his decision shall be final and conclusive.

69 Materials obtained from 69.1 If the CONTRACTOR in the course of execution of the WORK is called
dismantling: upon to dismantle any part for reasons other than those stipulated in
Clauses 74 and 77 hereunder, the materials obtained in the WORK of
dismantling etc., will be considered as the EMPLOYER's property and will
be disposed off to the best advantage of the EMPLOYER.

70 Articles of value found: 70.1 All gold, silver and other minerals of any description and all precious

115
Page 45 of 82
stones, coins, treasure relics, antiquities and other similar things which
shall be found in, under or upon the SITE, shall be the property of the
EMPLOYER and the CONTRACTOR shall duly preserve the same to the
satisfaction of the ENGINEER-IN-CHARGE and shall from time to time
deliver the same to such person or persons indicated by the EMPLOYER.

71 Discrepancies between 71.1 Should any discrepancy occur between the various instructions furnished to
instructions: the CONTRACTOR, his agent or staff or any doubt arises as to the
meaning of any such instructions or should there be any misunderstanding
between the CONTRACTOR's staff and the ENGINEER-IN- CHARGE's
staff, the CONTRACTOR shall refer the matter immediately in writing to
the ENGINEER-IN-CHARGE whose decision thereon shall be final and
conclusive and no claim for losses alleged to have been caused by such
discrepancies between instructions, doubts, or misunderstanding shall in
any event be admissible.

72 Action where no specification is 72.1 In case of any class of WORK for which there is no SPECIFICATION
issued: supplied by the EMPLOYER as mentioned in the Tender Documents such
WORK shall be carried out in accordance with Indian Standard
Specifications and if the Indian Standard Specifications do not cover the
same, the WORK should be carried out as per standard Engineering
Practice subject to the approval of the ENGINEER-IN-CHARGE.

73 Inspection of works: 73.1 The ENGINEER-IN-CHARGE will have full power and authority to
inspect the WORK at any time wherever in progress either on the SITE or
at the CONTRACTOR's premises/workshops wherever situated, premises/
workshops of any person, firm or corporation where WORK in connection
with the CONTRACT may be in hand or where materials are being or are
to be supplied, and the CONTRACTOR shall afford or procure for the
ENGINEER-IN- CHARGE every facility and assistance to carry out such
inspection. The CONTRACTOR shall, at all time during the usual
working hours and at all other time at which reasonable notice of the
intention of the ENGINEER-IN- CHARGE or his representative to visit
the WORK shall have been given to the CONTRACTOR, either himself
be present or receive orders and instructions, or have a responsible agent
duly accredited in writing, present for the purpose. Orders given to the
CONTRACTOR's agent shall be considered to have the same force as if
they had been given to the CONTRACTOR himself. The
CONTRACTOR shall give not less than seven days notice in writing to the
ENGINEER-IN-CHARGE before covering up or otherwise placing
beyond reach of inspection and measurement of any work in order that the
same may be inspected and measured. In the event of breach of above the
same shall be uncovered at CONTRACTOR's expense for carrying out
such measurement or inspection.

73.2 No material shall be despatched from the CONTRACTOR's stores before


obtaining the approval in writing of the Engineer-in-Charge.

The CONTRACTOR is to provide at all time during the progress of the


WORK and the maintenance period, proper means of access with ladders,
gangways etc. and the necessary attendance to move and adopt as directed
for inspection or measurements of the WORK by the ENGINEER-
IN-CHARGE.

73.3 The CONTRACTOR shall make available to the ENGINEER-IN-

116
Page 46 of 82
CHARGE free of cost all necessary instruments and assistance in checking
or setting out of WORK and in the checking of any WORK made by the
CONTRACTOR for the purpose of setting out and taking measurements of
WORK.

74 Tests for quality of work: 74.1 All workmanship shall be of the respective kinds described in the
CONTRACT DOCUMENTS and in accordance with the instructions of
the ENGINEER-IN-CHARGE and shall be subjected from time to time to
such test at CONTRACTOR's cost as the ENGINEER-IN-CHARGE may
direct at the place of manufacture or fabrication or on the site or at all or
any such places. The CONTRACTOR shall provide assistance,
instruments, labour and materials as are normally required for examining,
measuring and testing any workmanship as may be selected and required
by the ENGINEER-IN-CHARGE.

74.2 All the tests that will be necessary in connection with the execution of the
WORK as decided by the ENGINEER- IN-CHARGE shall be carried out
at the field testing laboratory of the EMPLOYER by paying the charges as
decided by the EMPLOYER from time to time. In case of non- availability
of testing facility with the EMPLOYER, the required test shall be carried
out at the cost of CONTRACTOR at Government or any other testing
laboratory as directed by ENGINEER-IN-CHARGE.

74.3 If any tests are required to be carried out in conjunction with the WORK or
materials or workmanship not supplied by the CONTRACTOR, such tests
shall be carried out by the CONTRACTOR as per instructions of
ENGINEER-IN-CHARGE and cost of such tests shall be reimbursed by
the EMPLOYER.

75 Samples for approval: 75.1 The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGE for
approval, when requested or if required by the specifications, adequate
samples of all materials and finished to be used in the WORK. Such
samples shall be submitted before the WORK is commenced and in ample
time to permit tests and examinations thereof. All materials furnished and
finishes applied in actual WORK shall be fully equal to the approved
samples.

76 Action and compensation in case 76.1 If it shall appear to the ENGINEER-IN-CHARGE that any work has been
of bad work: executed with unsound, imperfect or unskilled workmanship, or with
materials of any inferior description, or that any materials or articles
provided by the CONTRACTOR for the execution of the WORK are
unsound, or of a quality inferior to that contracted for, or otherwise not in
accordance with the CONTRACT, the CONTRACTOR shall on demand
in writing from the ENGINEER-IN-CHARGE or his authorised
representative specifying the WORK, materials or articles complained of
notwithstanding that the same may have been inadvertently passed,
certified and paid for, forthwith rectify or remove and reconstruct the
WORK so specified and provide other proper and suitable materials or
articles at his own cost and in the event of failure to do so within the
period specified by the ENGINEER-IN-CHARGE in his demand
aforesaid, the CONTRACTOR shall be liable to pay compensation at the
rate of 1 % (One percent) of the estimated cost of the whole WORK, for
every week limited to a maximum of 10% (ten percent) of the value of the
whole WORK, while his failure to do so shall continue and in the case of
any such failure the ENGINEER-IN-CHARGE may on expiry of notice
period rectify or remove and re-execute the WORK or remove and

117
Page 47 of 82
replaced with others, the materials or articles complained of to as the case
may be at the risk and expense in all respects of the CONTRACTOR. The
decision of the Engineering-in-charge as to any question arising under this
clause shall be final and conclusive.

77 Suspension of works: 77.1 i) Subject to the provisions of sub-para (ii) of this clause, the
CONTRACTOR shall, if ordered in writing by the
ENGINEER-IN-CHARGE, or his representative, temporarily
suspend the WORKS or any part thereof for such written
order, proceed with the WORK therein ordered to be
suspended until, he shall have received a written order to
proceed therewith. The CONTRACTOR shall not be entitled to
claim compensation for any loss or damage sustained by him by reason
of temporary suspension of the WORKS aforesaid. An extension of
time for completion, corresponding with the delay caused by any
such suspension of the WORKS as aforesaid will be granted to
the CONTRACTOR should he apply for the same provided
that the suspension was not consequent to any default or
failure on the part of the CONTRACTOR.

ii) In case of suspensions of entire WORK, ordered in writing


by ENGINEER-IN-CHARGE, for a period of more than
two months, the CONTRACTOR shall have the option to
terminate the CONTRACT.

78 Employer may do part of work: 78.1 Upon failure of the CONTRACTOR to comply with any instructions given
in accordance with the provisions of this CONTRACT the EMPLOYER
has the alternative right, instead of assuming charge of entire WORK, to
place additional labour force, tools, equipments and materials on such parts
of the WORK, as the EMPLOYER may designate or also engage another
CONTRACTOR to carry out the WORK. In such cases, the EMPLOYER
shall deduct from the amount which otherwise might become due to the
CONTRACTOR, the cost of such work and material with ten percent
(10%) added to cover all departmental charges and should the total amount
thereof exceed the amount due to the CONTRACTOR, the
CONTRACTOR shall pay the difference to the EMPLOYER.

79 Possession prior to completion: 79.1 The ENGINEER-IN-CHARGE shall have the right to take possession of or
use any completed or partially completed WORK or part of the WORK.
Such possession or use shall not be deemed to be an acceptance of any
work completed in accordance with the CONTRACT agreement.
If such prior possession or use by the ENGINEER-IN- CHARGE
delays the progress of WORK, equitable adjustment in the time of
completion will be made and the CONTRACT agreement shall be deemed
to be modified accordingly.

80 (Defects liability period) twelve 80.1 The CONTRACTOR shall guarantee the installation/WORK for a period
months period of liability from of 12 months from the date of completion of WORK as certified by the
the date of issue of completion ENGINEER-IN-CHARGE which is indicated in the Completion
certificate: Certificate. Any damage or defect that may arise or lie undiscovered at the
time of issue of Completion Certificate, connected in any way with the
equipment or materials supplied by him or in the workmanship, shall be
rectified or replaced by the CONTRACTOR at his own expense as deemed
necessary by the ENGINEER-IN-CHARGE or in default, the
ENGINEER- IN-CHARGE may carry out such works by other work and

118
Page 48 of 82
deduct actual cost incurred towards labour, supervision and materials
consumables or otherwise plus 100% towards overheads (of which the
certificate of ENGINEER-IN-CHARGE shall be final) from any sums that
may then be or at any time thereafter, become due to the CONTRACTOR
or from his Contract Performance Security, or the proceeds of sale thereof
or a sufficient part on thereof.

80.2 If the CONTRACTOR feels that any variation in WORK or in quality of


materials or proportions would be beneficial or necessary to fulfil the
guarantees called for, he shall bring this to the notice of the ENGINEER-
IN-CHARGE in writing.

If during the period of liability any portion of the WORK/equipment, is


found defective and is rectified/ replaced, the period of liability for such
equipment/ portion of WORK shall be operative from the date such
rectification/ replacement are carried out and Contract Performance
Guarantee shall be furnished separately for the extended period of liability
for that portion of WORK/ equipment only. Notwithstanding the above
provisions the supplier's, guarantees/warantees for the replaced equipment
shall also be passed on to the EMPLOYER.

80.3 LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, the aggregate total


liability of CONTRACTOR under the Agreement or otherwise shall be
limited to 100% of Agreement / Contract Value. However, neither party
shall be liable to the other party for any indirect and consequential
damages, loss of profits or loss of production.

81 Care of works: 81.0 From the commencement to completion of the WORK, the
CONTRACTOR shall take full responsibility for the care for all works
including all temporary works and in case any damages, loss or injury shall
happen to the WORK or to any part thereof or to any temporary works
from any cause whatsoever, shall at his own cost repair and make good the
same so that at completion the WORK shall be in good order and in
conformity in every respects with the requirement of the CONTRACT and
the ENGINEER-IN- CHARGE's instructions.

81.1 DEFECTS PRIOR TO TAKING OVER:

If at any time, before the WORK is taken over, the


ENGINEER-IN-CHARGE shall:

a) Decide that any works done or materials used by the


CONTRACTOR or by any SUB-CONTRACTOR is defective or
not in accordance with the CONTRACT, or that the works or any
portion thereof are defective, or do not fulfill the requirements of
CONTRACT (all such matters being hereinafter, called `Defects'
in this clause), and

b) As soon as reasonably practicable, gives to the


CONTRACTOR notice in writing of the said decision, specifying
particulars of the defects alleged to exist or to have occurred, then
the CONTRACTOR shall at his own expenses and with all speed
make good the defects so specified.

119
Page 49 of 82
In case CONTRACTOR shall fail to do so, the EMPLOYER may take, at
the cost of the CONTRACTOR, such steps as may in all circumstances, be
reasonable to make good such defects. The expenditure so incurred by the
EMPLOYER will be recovered from the amount due to the
CONTRACTOR. The decision of the ENGINEER-IN-CHARGE with
regard to the amount to be recovered from the CONTRACTOR will be
final and binding on the CONTRACTOR. As soon as the WORK has
been completed in accordance with the CONTRACT (except in minor
respects that do not affect their use for the purpose for which they are
intended and except for maintenance there of provided in clause 80.1 of
General Conditions of Contract) and have passed the tests on completion,
the ENGINEER-IN-CHARGE shall issue a certificate (hereinafter called
Completion Certificate) in which he shall certify the date on which the
WORK have been so completed and have passed the said tests and the
EMPLOYER shall be deemed to have taken over the WORK on the date
so certified. If the WORK has been divided into various groups in the
CONTRACT, the EMPLOYER shall be entitled to take over any group or
groups before the other or others and there upon the
ENGINEER-IN-CHARGE shall issue a Completion Certificate which will,
however, be for such group or groups so taken over only. In such an event
if the group /section/ part so taken over is related, to the integrated system
of the work, not withstanding date of grant of Completion Certificate for
group/ section/ part. The period of liability in respect of such group/
section/ part shall extend 12 (twelve) months from the date of completion
of WORK.

81.2 DEFECTS AFTER TAKING OVER:

In order that the CONTRACTOR could obtain a COMPLETION


CERTIFICATE he shall make good, with all possible speed, any defect
arising from the defective materials supplied by the CONTRACTOR or
workmanship or any act or omission of the CONTRACT or that may have
been noticed or developed, after the works or groups of the works has been
taken over, the period allowed for carrying out such WORK will be
normally one month. If any defect be not remedied within a reasonable
time, the EMPLOYER may proceed to do the WORK at
CONTRACTOR's risk and expense and deduct from the final bill such
amount as may be decided by the EMPLOYER.

If by reason of any default on the part of the CONTRACTOR a


COMPLETION CERTIFICATE has not been issued in respect of any
portion of the WORK within one month after the date fixed by the
CONTRACT for the completion of the WORK, the EMPLOYER shall be
at liberty to use the WORK or any portion thereof in respect of which a
completion certificate has not been issued, provided that the WORK or the
portion thereof so used as aforesaid shall be afforded reasonable
opportunity for completing these works for the issue of Completion
Certificate.

82 Guarantee/transfer of 82.1 For works like water-proofing, acid and alkali resisting materials,
guarantee: pre-construction soil treatment against termite or any other specialized
works etc. the CONTRACTOR shall invariably engage
SUB-CONTRACTORS who are specialists in the field and firms of repute
and such a SUB-CONTRACTOR shall furnish guarantees for their
workmanship to the EMPLOYER, through the CONTRACTOR. In case

120
Page 50 of 82
such a SUB-CONTRACTOR/ firm is not prepared to furnish a guarantee
to the EMPLOYER, the CONTRACTOR shall give that guarantee to the
EMPLOYER directly.

83 Training of employer's 83.1 The CONTRACTOR undertakes to provide training to Engineering


personnel: personnel selected and sent by the EMPLOYER at the works of the
CONTRACTOR without any cost to the EMPLOYER. The period and the
nature of training for the individual personnel shall be agreed upon
mutually between the CONTRACTOR and the EMPLOYER. These
engineering personnel shall be given special training at the shops, where
the equipment will be manufactured and/ or in their collaborator's works
and where possible, in any other plant where equipment manufactured by
the CONTRACTOR or his collaborators is under installation or test to
enable those personnel to become familiar with the equipment being
furnished by the CONTRACTOR. EMPLOYER shall bear only the to
and fro fare of the said engineering personnel.

84 Replacement of defective parts 84.1 If during the progress of the WORK, EMPLOYER shall decide and inform
and materials: in writing to the CONTRACTOR, that the CONTRACTOR has
manufactured any plant or part of the plant unsound or imperfect or has
furnished plant inferior to the quality specified, the CONTRACTOR on
receiving details of such defects or deficiencies shall at his own expenses
within 7 (seven) days of his receiving the notice, or otherwise within such
time as may be reasonably necessary for making it good, proceed to alter,
re-construct or remove such work and furnish fresh equipments upto the
standards of the specifications. In case the CONTRACTOR fails to do so,
EMPLOYER may on giving the CONTRACTOR 7 (seven) day's notice in
writing of his intentions to do so, proceed to remove the portion of the
WORK so complained of and at the cost of CONTRACTOR's, perform all
such works or furnish all such equipments provided that nothing in the
clause shall be deemed to deprive the EMPLOYER of or affect any rights
under the CONTRACT, the EMPLOYER may otherwise have in respect
of such defects and deficiencies.

84.2 The CONTRACTOR's full and extreme liability under this clause shall be
satisfied by the payments to the EMPLOYER of the extra cost, of such
replacements procured including erection/installation as provided for in the
CONTRACT; such extra cost being the ascertained difference between the
price paid by the EMPLOYER for such replacements and the
CONTRACT price portion for such defective plants and repayments of any
sum paid by the EMPLOYER to the CONTRACTOR in respect of such
defective plant. Should the EMPLOYER not so replace the defective plant
the CONTRACTOR's extreme liability under this clause shall be limited to
the repayment of all such sums paid by the EMPLOYER under the
CONTRACT for such defective plant.

85 Indemnity 85.1 If any action is brought before a Court, Tribunal or any other Authority
against the Employer or an officer or agent of the EMPLOYER, for the
failure, omission or neglect on the part of the CONTRACTOR to perform
any acts, matters, covenants or things under the CONTRACT, or damage
or injury caused by the alleged omission or negligence on the part of the
CONTRACTOR, his agents, representatives or his SUB-
CONTRACTOR's, or in connection with any claim based on lawful
demands of SUB-CONTRACTOR's workmen suppliers or employees, the
CONTRACTOR, shall in such cases indemnify and keep the EMPLOYER
and/or their representatives harmless from all losses, damages, expenses or

121
Page 51 of 82
decrees arising out of such action.

86 Construction aids, equipments, 86.1 CONTRACTOR shall be solely responsible for making available for
tools & tackles: executing the WORK, all requisite CONSTRUCTION EQUIPMENTS,
Special Aids, Barges, Cranes and the like, all Tools, Tackles and Testing
Equipment and Appliances, including imports of such equipment etc. as
required. In case of import of the same the rates applicable for levying of
Custom Duty on such Equipment, Tools, & Tackles and the duty drawback
applicable thereon shall be ascertained by the CONTRACTOR from the
concerned authorities of Government of India. It shall be clearly
understood that EMPLOYER shall not in any way be responsible for
arranging to obtain Custom Clearance and/or payment of any duties and/or
duty draw backs etc. for such equipments so imported by the
CONTRACTOR and the CONTRACTOR shall be fully responsible for all
taxes, duties and documentation with regard to the same. Tenderer in his
own interest may contact, for any clarifications in the matter, concerned
agencies/Dept./Ministries of Govt. of India. All clarifications so obtained
and interpretations thereof shall be solely the responsibility of the
CONTRACTOR.

SECTION-VI Certificates and Payments

87 Schedule of rates and payments: 87.1 i) CONTRACTOR'S REMUNERATION:

The price to be paid by the EMPLOYER to CONTRACTOR for


the whole of the WORK to be done and for the performance of all
the obligations undertaken by the CONTRACTOR under the
CONTRACT DOCUMENTS shall be ascertained by the
application of the respective Schedule of Rates (the inclusive
nature of which is more particularly defined by way of
application but not of limitation, with the succeeding sub-clause
of this clause) and payment to be made accordingly for the
WORK actually executed and approved by the ENGINEER-
IN-CHARGE. The sum so ascertained shall (excepting only as
and to the extent expressly provided herein) constitute the sole
and inclusive remuneration of the CONTRACTOR under the
CONTRACT and no further or other payment whatsoever shall
be or become due or payable to the CONTRACTOR under the
CONTRACT.

ii) SCHEDULE OF RATES TO BE INCLUSIVE:

The prices/rates quoted by the CONTRACTOR shall remain firm


till the issue of FINAL CERTIFICATE and shall not be subject to
escalation. Schedule of Rates shall be deemed to include and
cover all costs, expenses and liabilities of every description and
all risks of every kind to be taken in executing, completing and
handing over the WORK to the EMPLOYER by the
CONTRACTOR. The CONTRACTOR shall be deemed to have
known the nature, scope, magnitude and the extent of the WORK
and materials required though the CONTRACT DOCUMENT
may not fully and precisely furnish them. Tenderer's shall make
such provision in the Schedule of Rates as he may consider
necessary to cover the cost of such items of WORK and materials

122
Page 52 of 82
as may be reasonable and necessary to complete the WORK. The
opinion of the ENGINEER-IN-CHARGE as to the items of
WORK which are necessary and reasonable for COMPLETION
OF WORK shall be final and binding on the CONTRACTOR,
although the same may not be shown on or described specifically
in CONTRACT DOCUMENTS.

Generality of this present provision shall not be deemed to cut


down or limit in any way because in certain cases it may and in
other cases it may not be expressly stated that the
CONTRACTOR shall do or perform a work or supply articles or
perform services at his own cost or without addition of payment
or without extra charge or words to the same effect or that it may
be stated or not stated that the same are included in and covered
by the Schedule of Rates.

iii) SCHEDULE OF RATES TO COVER


CONSTRUCTION EQUIPMENTS, MATERIALS, LABOUR
ETC.:

Without in any way limiting the provisions of the preceding


sub-clause the Schedule of Rates shall be deemed to include and
cover the cost of all construction equipment, temporary WORK
(except as provided for herein), pumps, materials, labour,
insurance, fuel, consumables, stores and appliances to be supplied
by the CONTRACTOR and all other matters in connection with
each item in the Schedule of Rates and the execution of the
WORK or any portion thereof finished, complete in every respect
and maintained as shown or described in the CONTRACT
DOCUMENTS or as may be ordered in writing during the
continuance of the CONTRACT.

iv) SCHEDULE OF RATES TO COVER ROYALTIES, RENTS


AND CLAIMS:

The Schedule of Rates (i.e., VALUE OF CONTRACT) shall be


deemed to include and cover the cost of all royalties and fees for
the articles and processes, protected by letters, patent or otherwise
incorporated in or used in connection with the WORK, also all
royalties, rents and other payments in connection with obtaining
materials of whatsoever kind for the WORK and shall include an
indemnity to the EMPLOYER which the CONTRACTOR
hereby gives against all actions, proceedings, claims, damages,
costs and expenses arising from the incorporation in or use on the
WORK of any such articles, processes or materials, octroi or
other municipal or local Board Charges, if levied on materials,
equipment or machineries to be brought to site for use on WORK
shall be borne by the CONTRACTOR.

v) SCHEDULE OF RATES TO COVER TAXES AND DUTIES:

No exemption or reduction of Customs Duties, Excise Duties,


Sales Tax, Sales Tax on works Contract quay or any port dues,
transport charges, stamp duties or Central or State Government or
local Body or Municipal Taxes or duties, taxes or charges (from
or of any other body), whatsoever, will be granted or obtained, all

123
Page 53 of 82
of which expenses shall be deemed to be included in and covered
by the Schedule or Rates. The CONTRACTOR shall also obtain
and pay for all permits or other privileges necessary to complete
the WORK.

vi) SCHEDULE OF RATES TO COVER RISKS OF DELAY:

The Schedule of Rates shall be deemed to include and cover the


risk of all possibilities of delay and interference with the
CONTRACTOR's conduct of WORK which occur from any
causes including orders of the EMPLOYER in the exercise of his
power and on account of extension of time granted due to various
reasons and for all other possible or probable causes of delay.

vii) SCHEDULE OF RATES CANNOT BE ALTERED:

For WORK under unit rate basis, no alteration will be allowed in


the Schedule of Rates by reason of works or any part of them
being modified, altered, extended, diminished or committed. The
Schedule of Rates are fully inclusive of rates which have been
fixed by the CONTRACTOR and agreed to by the EMPLOYER
and cannot be altered.

For lumpsum CONTRACTS, the payment will be made


according to the WORK actually carried out, for which purpose
an item wise, or work wise Schedule of Rates shall be furnished,
suitable for evaluating the value of WORK done and preparing
running account bill.
Payment for any additional work which is not covered in the
Schedule of Rates, shall only be released on issuance of change
order.

88 Procedure for measurement and 88.1 BILLING PROCEDURE:


billing of work in progress:
Following procedures shall be adopted for billing of works executed by the
CONTRACTOR.

88.1.1 All measurements shall be recorded in sextuplicate on standard measurement


sheets supplied by EMPLOYER and submitted to
EMPLOYER/CONSULTANT for scrutiny and passing.

88.1.2 EMPLOYER/CONSULTANT shall scrutinise and check the measurements


recorded on the sheets and shall certify correctness of the same on the
measurement sheets.

88.1.3 ENGINEER-IN-CHARGE shall pass the bills after carrying out the
comprehensive checks in accordance with the terms and conditions of the
CONTRACTS, within 7 days of submission of the bills, complete in all
respects and send the same to the Employer to effect payment to the
CONTRACTOR.

88.1.4 BGL shall make all endeavour to make payments of undisputed amount of
the bills submitted based on the joint measurements within 15 (Fifteen)
days from the date of certification by the Engineer-in-Charge.

124
Page 54 of 82
88.1.5 Measurements shall be recorded as per the methods of measurement spelt out
in EMPLOYER/CONSULTANT SPECIFICATIONS / CONTRACT
DOCUMENT. EMPLOYER/CONSULTANT shall be fully responsible
for checking the measurements quantitatively and qualitatively as recorded
in the Measurement Books/ Bills.

88.1.6 While preparing the final bills overall measurements will not be taken again.
Only volume of work executed since the last measured bill alongwith
summary of final measurements will be considered for the final bill.
However, a detailed check shall be made as to missing measurements and
in case there are any missing items or measurements the same shall be
recorded.

88.2 SECURED ADVANCE ON MATERIAL:

Unless otherwise provided elsewhere in the tender, no `Secured Advance'


on security of materials brought to site for execution of contracted items(s)
shall be paid to the Contractor whatsoever.

88.3 DISPUTE IN MODE OF MEASUREMENT:

In case of any dispute as to the mode of measurement not covered by the


CONTRACT to be adopted for any item of WORK, mode of measurement
as per latest Indian Standard Specifications shall be followed.

88.4 ROUNDING OF AMOUNTS:

In calculating the amount of each item due to the CONTRACTOR in every


certificate prepared for payment, sum of less than 50 paise shall be omitted
and the total amount on each certificate shall be rounded off to the nearest
rupees, i.e., sum of less than 50 paise shall be omitted and sums of 50 paise
and more upto one rupee shall be reckoned as one rupee.

89 Lumpsum in tender: 89.1 The payment against any Lumpsum item shall be made only on completion
of that item as per the provision of the CONTRACT after certification by
ENGINEER-IN-CHARGE.
90 Running account payments to 90.1 All running account payments shall be regarded as payment by way of
be regarded as advance: advance against the final payment only and not as payments for WORK
actually done and completed and shall not preclude the requiring of bad,
unsound and imperfect or unskilled work to be removed and taken away
and reconstructed or re-erected or be considered as an admission of the due
performance of the CONTRACT, or any part thereof, in this respect, or of
the accurring of any claim by the CONTRACTOR, nor shall it conclude,
determine or affect in any way the powers of the EMPLOYER under these
conditions or any of them as to the final settlement and adjustment of the
accounts or otherwise, or in any other way vary or affect the CONTRACT.
The final bill shall be submitted by the CONTRACTOR within one month
of the date of physical completion of the WORK, otherwise, the
ENGINEER-IN-CHARGE's certificate of the measurement and of total
amount payable for the WORK accordingly shall be final and binding on
all parties

91 Notice of claims for additional 91.1 Should the CONTRACTOR consider that he is entitled to any extra
payments: payment for any extra/additional WORKS or MATERIAL change in
original SPECIFICATIONS carried out by him in respect of WORK he

125
Page 55 of 82
shall forthwith give notice in writing to the ENGINEER-IN-CHARGE
that he claims extra payment. Such notice shall be given to the
ENGINEER-IN-CHARGE upon which CONTRACTOR bases such
claims and such notice shall contain full particulars of the nature of such
claim with full details of amount claimed. Irrespective of any provision in
the CONTRACT to the contrary, the CONTRACTOR must intimate his
intention to lodge claim on the EMPLOYER within 10 (ten) days of the
commencement of happening of the event and quantify the claim within 30
(thirty) days, failing which the CONTRACTOR will lose his right to claim
any compensation/reimbursement/damages etc. or refer the matter to
arbitration. Failure on the part of CONTRACTOR to put forward any
claim without the necessary particulars as above within the time above
specified shall be an absolute waiver thereof. No omission by
EMPLOYER to reject any such claim and no delay in dealing therewith
shall be waiver by EMPLOYER of any of this rights in respect thereof.

91.2 ENGINEER-IN-CHARGE shall review such claims within a reasonably


period of time and cause to discharge these in a manner considered
appropriate after due deliberations thereon. However, CONTRACTOR
shall be obliged to carry on with the WORK during the period in which his
claims are under consideration by the EMPLOYER, irrespective of the
outcome of such claims, where additional payments for WORKS
considered extra are justifiable in accordance with the CONTRACT
provisions, EMPLOYER shall arrange to release the same in the same
manner as for normal WORK payments. Such of the extra works so
admitted by EMPLOYER shall be governed by all the terms, conditions,
stipulations and specifications as are applicable for the CONTRACT. The
rates for extra works shall generally be the unit rates provided for in the
CONTRACT. In the event unit rates for extra works so executed are not
available as per CONTRACT, payments may either be released on day
work basis for which daily/hourly rates for workmen and hourly rates for
equipment rental shall apply, or on the unit rate for WORK executed shall
be derived by interpolation/ extrapolation of unit rates already existing in
the CONTRACT. In all the matters pertaining to applicability of rate and
admittance of otherwise of an extra work claim of CONTRACTOR the
decision of ENGINEER-IN-CHARGE shall be final and binding.

92 Payment of contractor's bill: 92.1 No payment shall be made for works estimated to cost less than
Rs.10,000/- till the whole of the work shall have been completed and a
certificate of completion given. But in case of works estimated to cost
more than Rs.10,000/-, that CONTRACTOR on submitting the bill thereof
be entitled to receive a monthly payment proportionate to the part thereof
approved and passed by the ENGINEER-IN-CHARGE, whose certificate
of such approval and passing of the sum so payable shall be final and
conclusive against the CONTRACTOR. This payment will be made after
making necessary corrections/deductions as stipulated elsewhere in the
CONTRACT DOCUMENT for materials, Contract Performance Security,
taxes etc.

92.2 Payment due to the CONTRACTOR shall be made by the EMPLOYER


by Account Payee cheque forwarding the same to registered office or the
notified office of the CONTRACTOR. In no case will EMPLOYER be
responsible if the cheque is mislaid or misappropriated by unauthorised
person/persons. In all cases, the CONTRACTOR shall present his bill

126
Page 56 of 82
duly pre-receipted on proper revenue stamp payment shall be made in
Indian Currency.

92.3 In general payment of final bill shall be made to CONTRACTOR within


60 days of the submission of bill on joint measurements, after completion
of all the obligations under the CONTRACT.

93 Receipt for payment: 93.1 Receipt for payment made on account of work when executed by a firm,
must be signed by a person holding due power of attorney in this respect on
behalf of the CONTRACTOR, except when the CONTRACTOR's are
described in their tender as a limited company in which case the receipts
must be signed in the name of the company by one of its principal officers
or by some other person having authority to give effectual receipt for the
company.

94 Completion certificate: 94.1 APPLICATION FOR COMPLETION CERTIFICATE:

When the CONTRACTOR fulfils his obligation under Clause 81.1 he shall
be eligible to apply for COMPLETION CERTIFICATE.

The ENGINEER-IN-CHARGE shall normally issue to the


CONTRACTOR the COMPLETION CERTIFICATE within one month
after receiving any application therefore from the CONTRACTOR after
verifying from the completion documents and satisfying himself that the
WORK has been completed in accordance with and as set out in the
construction and erection drawings, and the CONTRACT DOCUMENTS.

The CONTRACTOR, after obtaining the COMPLETION CERTIFICATE,


is eligible to present the final bill for the WORK executed by him under the
terms of CONTRACT.

94.2 COMPLETION CERTIFICATE:

Within one month of the completion of the WORK in all respects, the
CONTRACTOR shall be furnished with a certificate by the
ENGINEER-IN-CHARGE of such completion, but no certificate shall be
given nor shall the WORK be deemed to have been executed until all
scaffolding, surplus materials and rubbish is cleared off the SITE
completely nor until the WORK shall have been measured by the
ENGINEER-IN-CHARGE whose measurement shall be binding and
conclusive. The WORKS will not be considered as complete and taken
over by the EMPLOYER, until all the temporary works, labour and staff
colonies are cleared to the satisfaction of the ENGINEER-IN-CHARGE.

If the CONTRACTOR fails to comply with the requirements of this clause


on or before the date fixed for the completion of the WORK, the
ENGINEER-IN-CHARGE may at the expense of the CONTRACTOR
remove such scaffolding, surplus materials and rubbish and dispose off the
same as he thinks fit and clean off such dirt as aforesaid, and the
CONTRACTOR shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such scaffolding or
surplus materials as aforesaid except for any sum actually realised by the
sale thereof.

94.3 COMPLETION CERTIFICATE DOCUMENTS:

127
Page 57 of 82
For the purpose of Clause 94.0 the following documents will be deemed to
form the completion documents:

i) The technical documents according to which the WORK


was carried out.

ii) Six (6) sets of construction drawings showing therein the


modification and correction made during the course of execution
and signed by the ENGINEER-IN-CHARGE.

iii) COMPLETION CERTIFICATE for `embedded' and `covered'


up work.

iv) Certificates of final levels as set out for various works.

v) Certificates of tests performed for various WORKS.

vi) Material appropriation, Statement for the materials issued


by the EMPLOYER for the WORK and list of surplus materials
returned to the EMPLOYER's store duly supported by necessary
documents.

95 Final decision and final 95.1 Upon expiry of the period of liability and subject to the
certificate: ENGINEER-IN-CHARGE being satisfied that the WORKS have been
duly maintained by the CONTRACTOR during monsoon or such period as
hereinbefore provided in Clause 80 & 81 and that the CONTRACTOR has
in all respect duly made-up any subsidence and performed all his
obligations under the CONTRACT, the ENGINEER-IN- CHARGE shall
(without prejudice to the rights of the EMPLOYER to retain the provisions
of relevant Clause hereof) otherwise give a certificate herein referred to as
the FINAL CERTIFICATE to that effect and the CONTRACTOR shall
not be considered to have fulfilled the whole of his obligations under
CONTRACT until FINAL CERTIFICATE shall have been given by the
ENGINEER-IN- CHARGE notwithstanding any previous entry upon the
WORK and taking possession, working or using of the same or any part
thereof by the EMPLOYER.

96 Certificate and payments on 96.1 Except the FINAL CERTIFICATE, no other certificates or payments
evidence of completion: against a certificate or on general account shall be taken to be an
admission by the EMPLOYER of the due performance of the
CONTRACT or any part thereof or of occupancy or validity of any claim
by the CONTRACTOR.

97 Deductions from the contract 97.1 All costs, damages or expenses which EMPLOYER may have paid or
price: incurred, which under the provisions of the CONTRACT, the
CONTRACTOR is liable/will be liable, will be claimed by the
EMPLOYER. All such claims shall be billed by the EMPLOYER to the
CONTRACTOR regularly as and when they fall due. Such claims shall be
paid by the CONTRACTOR within 15 (fifteen) days of the receipt of the
corresponding bills and if not paid by the CONTRACTOR within the said
period, the EMPLOYER may, then, deduct the amount from any moneys
due i.e., Contract Performance Security or becoming due to the
CONTRACTOR under the CONTRACT or may be recovered by actions
of law or otherwise, if the CONTRACTOR fails to satisfy the

128
Page 58 of 82
EMPLOYER of such claims.

SECTION-VII Taxes and Insurance

98 Taxes, Duties, Octroi etc: 98.1 The CONTRACTOR agrees to and does hereby accept full and exclusive
liability for the payment of any and all Taxes, Duties, including Excise
duty, octroi etc. now or hereafter imposed, increased, modified, all the
sales taxes, duties, octrois etc. now in force and hereafter increased,
imposed or modified, from time to time in respect of WORKS and
materials and all contributions and taxes for unemployment compensation,
insurance and old age pensions or annuities now or hereafter imposed by
any Central or State Government authorities which are imposed with
respect to or covered by the wages, salaries, or other compensations paid
to the persons employed by the CONTRACTOR and the CONTRACTOR
shall be responsible for the compliance of all SUB-CONTRACTORS,
with all applicable Central, State, Municipal and local law and regulation
and requirement of any Central, State or local Government agency or
authority. CONTRACTOR further agrees to defend, indemnify and hold
EMPLOYER harmless from any liability or penalty which may be
imposed by the Central, State or Local authorities by reason or any
violation by CONTRACTOR or SUB-CONTRACTOR of such laws, suits
or proceedings that may be brought against the EMPLOYER arising
under, growing out of, or by reason of the work provided for by this
CONTRACT, by third parties, or by Central or State Government
authority or any administrative sub-division thereof.

Tax deductions will be made as per the rules and regulations in force in
accordance with acts prevailing from time to time.

99 Sales tax/turnover tax: 99.1 Tenderer should quote all inclusive prices including the liability of Sales
Tax/Turnover Tax whether on the works contract as a whole or in respect
of bought out components used by the CONTRACTOR in execution of
the CONTRACT. EMPLOYER shall not be responsible for any such
liability of the CONTRACTOR in respect of this CONTRACT.

100 Statutory variations 100.1 Tenderer should quote prices inclusive of excise-duty and sales tax
applicable on finished product. Any statutory variations in Excise Duty
and sales tax on finished product during the contractual completion
period, shall be to the Employer's account for which the Contractor will
furnish documentary evidence(s) in support of their claims to BGL.
However, any increase in the rate of these taxes and duties (E.D. and
S.T.) beyond the contractual completion period shall be to Contractor's
account and any decrease shall be passed on to BGL.

101 Insurance: 101.1 GENERAL

CONTRACTOR shall at his own expense arrange secure and maintain


insurance with reputable insurance companies to the satisfaction of the
EMPLOYER as follows:

CONTRACTOR at his cost shall arrange, secure and maintain insurance

129
Page 59 of 82
as may be necessary and to its full value for all such amounts to protect the
WORKS in progress from time to time and the interest of EMPLOYER
against all risks as detailed herein. The form and the limit of such
insurance, as defined here in together with the under works thereof in each
case should be as acceptable to the EMPLOYER. However, irrespective
of work acceptance the responsibility to maintain adequate insurance
coverage at all times during the period of CONTRACT shall be that of
CONTRACTOR alone. CONTRACTOR's failure in this regard shall not
relieve him of any of his responsibilities and obligations under
CONTRACT.

Any loss or damage to the equipment, during ocean transportation,


port/custom clearance, inland and port handling, inland transportation,
storage, erection and commissioning till such time the WORK is taken
over by EMPLOYER, shall be to the account of CONTRACTOR.
CONTRACTOR shall be responsible for preferring of all claims and make
good for the damage or loss by way of repairs and/or replacement of the
parts of the Work damaged or lost. CONTRACTOR shall provide the
EMPLOYER with a copy of all insurance policies and documents taken
out by him in pursuance of the CONTRACT. Such copies of document
shall be submitted to the EMPLOYER immediately upon the
CONTRACTOR having taken such insurance coverage. CONTRACTOR
shall also inform the EMPLOYER at least 60(Sixty) days in advance
regarding the expiry cancellation and/or changes in any of such documents
and ensure revalidation/renewal etc., as may be necessary well in time.

Statutory clearances, if any, in respect of foreign supply required for the


purpose of replacement of equipment lost in transit and/or during erection,
shall be made available by the EMPLOYER. CONTRACTOR shall,
however, be responsible for obtaining requisite licences, port clearances
and other formalities relating to such import. The risks that are to be
covered under the insurance shall include, but not be limited to the loss or
damage in handling, transit, theft, pilferage, riot, civil commotion, weather
conditions, accidents of all kinds, fire, war risk (during ocean
transportation only) etc. The scope of such insurance shall cover the entire
value of supplies of equipments, plants and materials to be imported from
time to time.

All costs on account of insurance liabilities covered under CONTRACT


will be to CONTRACTOR's account and will be included in VALUE OF
CONTRACT. However, the EMPLOYER may from time to time, during
the currency of the CONTRACT, ask the CONTRACTOR in writing to
limit the insurance coverage risk and in such a case, the parties to the
CONTRACT will agree for a mutual settlement, for reduction in VALUE
OF CONTRACT to the extent of reduced premium amounts.

CONTRACTOR as far as possible shall cover insurance with Indian


Insurance Companies, including marine Insurance during ocean
transportation.

i) EMPLOYEES STATE INSURANCE ACT:

The CONTRACTOR agrees to and does hereby accept full and


exclusive liability for the compliance with all obligations
imposed by the Employee State Insurance Act 1948 and the
CONTRACTOR further agrees to defend, indemnify and hold

130
Page 60 of 82
EMPLOYER harmless for any liability or penalty which may be
imposed by the Central, State or Local authority by reason of
any asserted violation by CONTRACTOR or
SUB-CONTRACTOR of the Employees' State Insurance Act,
1948, and also from all claims, suits or proceeding that may be
brought against the EMPLOYER arising under, growing out of
or by reasons of the work provided for by this CONTRACTOR,
by third parties or by Central or State Government authority or
any political sub- division thereof.

The CONTRACTOR agrees to fill in with the Employee's State


Insurance Corporation, the Declaration Forms, and all forms
which may be required in respect of the CONTRACTOR's or
SUB- CONTRACTOR's employees, who are employed in the
WORK provided for or those covered by ESI from time to time
under the Agreement. The CONTRACTOR shall deduct and
secure the agreement of the SUB- CONTRACTOR to deduct the
employee's contribution as per the first schedule of the
Employee's State Insurance Act from wages and affix the
Employees Contribution Card at wages payment intervals. The
CONTRACTOR shall remit and secure the agreement of
SUB-CONTRACTOR to remit to the State Bank of India,
Employee's State Insurance Corporation Account, the
Employee's contribution as required by the Act. The
CONTRACTOR agrees to maintain all cards and Records as
required under the Act in respect of employees and payments and
the CONTRACTOR shall secure the agreement of the SUB-
CONTRACTOR to maintain such records. Any expenses
incurred for the contributions, making contributions or
maintaining records shall be to the CONTRACTOR's or
SUB-CONTRACTOR's account.

The EMPLOYER shall retain such sum as may be necessary


from the total VALUE OF CONTRACT until the
CONTRACTOR shall furnish satisfactory proof that all
contributions as required by the Employees State Insurance Act,
1948, have been paid. This will be pending on the
CONTRACTOR when the ESI Act is extended to the place of
work.

ii) WORKMEN COMPENSATION AND EMPLOYER'S


LIABILITY INSURANCE:

Insurance shall be effected for all the CONTRACTOR's


employees engaged in the performance of this CONTRACT. If
any of the work is sublet, the CONTRACTOR shall require the
SUB-CONTRACTOR to provide workman's Compensation and
employer's liability insurance for the later's employees if such
employees are not covered under the CONTRACTOR's
Insurance.

iii) ACCIDENT OR INJURY TO WORKMEN:

The EMPLOYER shall not be liable for or in respect of any

131
Page 61 of 82
damages or compensation payable at law in respect or in
consequence of any accident or injury to any workman or other
person in the Employment of the CONTRACTOR or any
SUB-CONTRACTOR save and except an accident or injury
resulting from any act or default of the EMPLOYER, his agents
or servants and the CONTRACTOR shall indemnify and keep
indemnified the EMPLOYER against all such damages and
compensation (save and except and aforesaid) and against all
claims, demands, proceeding, costs, charges and expenses,
whatsoever in respect or in relation thereto.

iv) TRANSIT INSURANCE

In respect of all items to be transported by the CONTRACTOR to the


SITE of WORK, the cost of transit insurance should be borne by the
CONTRACTOR and the quoted price shall be inclusive of this cost.

V) COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect the Contractor


against all claims for injuries, disability, disease and death to members
of public including EMPLOYER’s men and damage to the property of
others arising from the use of motor vehicles during on or off the `site’
operations, irrespective of the Employership of such vehicles.

VI) COMPREHENSIVE GENERAL LIABILITY INSURANCE

a) This insurance shall protect the Contractor against all


claims arising from injuries, disabilities, disease or
death of member of public or damage to property of
others due to any act or omission on the part of the
Contractor, his agents, his employees, his
representatives and Sub-Contractor’s or from riots,
strikes and civil commotion.

b) Contractor shall take suitable Group Personal Accident


Insurance Cover for taking care of injury, damage or
any other risks in respect of his Engineers and other
Supervisory staff who are not covered under Employees
State Insurance Act.

c) The policy shall cover third party liability. The third


party (liability shall cover the loss/ disablement of
human life (person not belonging to the Contractor) and
also cover the risk of damage to others materials/
equipment/ properties during construction, erection and
commissioning at site. The value of third party liability
for compensation for loss of human life or partial/full
disablement shall be of required statutory value but not
less than Rs. 2 lakhs per death, Rs. 1.5 lakhs per full
disablement and Rs. 1 lakh per partial disablement and
shall nevertheless cover such compensation as may be
awarded by Court by Law in India and cover for
damage to others equipment/ property as approved by
the Purchaser. However, third party risk shall be

132
Page 62 of 82
maximum to Rs. 10(ten) lakhs to death.

d) The Contractor shall also arrange suitable insurance to


cover damage, loss, accidents, risks etc., in respect of all
his plant, equipments and machinery, erection tools &
tackles and all other temporary attachments brought by
him at site to execute the work.

e) The Contractor shall take out insurance policy in the


joint name of EMPLOYER and Contractor from one or
more nationalised insurance company from any branch
office at Project site.

f) Any such insurance requirements as are hereby


established as the minimum policies and coverages
which Contractor must secure and keep in force must be
complied with, Contrator shall at all times be free to
obtain additional or increased coverages at Contractor’s
sole expenses.

vii) ANY OTHER INSURANCE REQUIRED UNDER


LAW OR REGULATIONS OR BY EMPLOYER:

CONTRACTOR shall also carry and maintain any and all other
insurance(s) which he may be required under any law or
regulation from time to time without any extra cost to
EMPLOYER. He shall also carry and maintain any other
insurance which may be required by the EMPLOYER.

102 Damage to Property or to any 102.1 i) CONTRACTOR shall be responsible for making good to
Person or any Third Party the satisfaction of the EMPLOYER any loss or any damage
to structures and properties belonging to the EMPLOYER or being
executed or procured or being procured by the EMPLOYER or of
other agencies within in the premises of all the work of the
EMPLOYER, if such loss or damage is due to fault and/or the
negligence or willful acts or omission of the CONTRACTOR, his
employees, agents, representatives or
SUB-CONTRACTORs.

ii) The CONTRACTOR shall take sufficient care in moving his


plants, equipments and materials from one place to another so
that they do not cause any damage to any person or to the
property of the EMPLOYER or any third party including
overhead and underground cables and in the event of any
damage resulting to the property of the EMPLOYER or of a
third party during the movement of the aforesaid plant,
equipment or materials the cost of such damages including
eventual loss of production, operation or services in any plant or
establishment as estimated by the EMPLOYER or ascertained or
demanded by the third party shall be borne by the
CONTRACTOR. Third party liability risk shall be Rupees One
lakh for single accident and limited to Rupees Ten lakhs.

iii) The CONTRACTOR shall indemnify and keep the


EMPLOYER harmless of all claims for damages to property
other than EMPLOYER's property arising under or by reason of

133
Page 63 of 82
this agreement, if such claims result from the fault and/or
negligence or willful acts or omission of the CONTRACTOR,
his employees, agents, representative of SUB-CONTRACTOR.

SECTION-VIII Labour Laws

103 Labour laws: 103.1 i) No labour below the age of 18 (eighteen) years shall be
employed on the WORK.

ii) The CONTRACTOR shall not pay less than what is provided
under law to labourers engaged by him on the WORK.

iii) The CONTRACTOR shall at his expense comply with all


labour laws and keep the EMPLOYER indemnified in respect
thereof.

iv) The CONTRACTOR shall pay equal wages for men and
women in accordance with applicable labour laws.

v) If the CONTRACTOR is covered under the Contract labour


(Regulation and Abolition) Act, he shall obtain a licence from
licensing authority (i.e. office of the labour commissioner) by
payment of necessary prescribed fee and the deposit, if any,
before starting the WORK under the CONTRACT. Such
fee/deposit shall be borne by the CONTRACTOR.

vi) The CONTRACTOR shall employ labour in sufficient numbers


either directly or through SUB- CONTRACTOR's to maintain
the required rate of progress and of quality to ensure
workmanship of the degree specified in the CONTRACT and to
the satisfaction of the ENGINEER-IN-CHARGE.

vii) The CONTRACTOR shall furnish to the ENGINEER-IN-


CHARGE the distribution return of the number and description,
by trades of the work people employed on the works. The
CONTRACTOR shall also submit on the 4th and 19th of every
month to the ENGINEER-IN-CHARGE a true statement
showing in respect of the second half of the preceding month
and the first half of the current month (1) the accidents that
occurred during the said fortnight showing the circumstances
under which they happened and the extent of damage and injury
caused by them and (2) the number of female workers who have
been allowed Maternity Benefit as provided in the Maternity
Benefit Act 1961 on Rules made thereunder and the amount paid
to them.

viii) The CONTRACTOR shall comply with the provisions of the


payment of Wage Act 1936, Employee Provident Fund Act
1952, Minimum Wages Act 1948. Employers Liability Act
1938. Workmen's Compensation Act 1923, Industrial Disputes
Act 1947, the Maternity Benefit Act 1961 and Contract Labour
Regulation and Abolition Act 1970, Employment of Children
Act 1938 or any modifications thereof or any other law relating
thereto and rules made thereunder from time to time.

134
Page 64 of 82
ix) The ENGINEER-IN-CHARGE shall on a report having been
made by an Inspecting Officer as defined in Contract Labour
(Regulation and Abolition) Act 1970 have the power to deduct
from the money due to the CONTRACTOR any sum required or
estimated to be required for making good the loss suffered by a
worker or workers by reason of non- fulfillment of the
Conditions of the Contract for the benefit of workers,
non-payment of wages or of deductions made from his or their
wages which are not justified by the terms of the Contract or
non-observance of the said regulations.

x) The CONTRACTOR shall indemnify the EMPLOYER against


any payments to be made under and for the observance of the
provisions of the aforesaid Acts without prejudice to his right to
obtain indemnity from his SUB-CONTRACTOR's. In the event
of the CONTRACTOR committing a default or breach of any of
the provisions of the aforesaid Acts as amended from time to
time, of furnishing any information or submitting or filling and
Form/ Register/ Slip under the provisions of these Acts which is
materially incorrect then on the report of the inspecting Officers,
the CONTRACTOR shall without prejudice to any other liability
pay to the EMPLOYER a sum not exceeding Rs.50.00 as
Liquidated Damages for every default, breach or furnishing,
making, submitting, filling materially incorrect statement as may
be fixed by the ENGINEER-IN- CHARGE and in the event of
the CONTRACTOR's default continuing in this respect, the
Liquidated Damages may be enhanced to Rs.50.00 per day for
each day of default subject to a maximum of one percent of the
estimated cost of the WORK put to tender. The
ENGINEER-IN-CHARGE shall deduct such amount from bills
or Contract Performance Security of the CONTRACTOR and
credit the same to the Welfare Fund constitute under these acts.
The decision of the ENGINEER-IN-CHARGE in this respect
shall be final and binding.

104 Implementation of 104.1 The CONTRACTOR shall comply with the provisions of the Apprentices
apprentices act, 1961: Act, 1961 and the Rules and Orders issued thereunder from time to time.
If he fails to do so, his failure will be a breach of the CONTRACT and the
ENGINEER-IN-CHARGE may, at his discretion, cancel the
CONTRACT. The CONTRACTOR shall also be liable for any pecuniary
liability arising on account of any violation by him of the provisions, of
the Act.

105 Contractor to indemnify 105.1 i) The CONTRACTOR shall indemnify the EMPLOYER and
the employer: every member, office and employee of the EMPLOYER, also
the ENGINEER-IN-CHARGE and his staff against all actions,
proceedings, claims, demands, costs and expenses whatsoever
arising out of or in connection with the matters referred to in
Clause 102.0 and elsewhere and all actions, proceedings, claims,
demands, costs and expenses which may be made against the
EMPLOYER for or in respect of or arising out of any failure by
the CONTRACTOR in the performance of his obligations under
the CONTRACT DOCUMENT. The EMPLOYER shall not be
liable for or in respect of or arising out of any failure by the

135
Page 65 of 82
CONTRACTOR in the performance of his obligations under the
CONTRACT DOCUMENT. The EMPLOYER shall not be
liable for or in respect of any demand or compensation payable
by law in respect or in consequence of any accident or injury to
any workmen or other person. In the employment of the
CONTRACTOR or his SUB-CONTRACTOR the
CONTRACTOR shall indemnify and keep indemnified the
EMPLOYER against all such damages and compensations and
against all claims, damages, proceedings, costs, charges and
expenses whatsoever in respect thereof or in relation thereto.

ii) PAYMENT OF CLAIMS AND DAMAGES:

Should the EMPLOYER have to pay any money in respect of


such claims or demands as aforesaid the amount so paid and the
costs incurred by the EMPLOYER shall be charged to and paid
by the CONTRACTOR and the CONTRACTOR shall not be at
liberty to dispute or question the right of the EMPLOYER to
make such payments notwithstanding the same, may have been
made without the consent or authority or in law or otherwise to
the contrary.

iii) In every case in which by virtue of the provisions of Section 12,


Sub-section (i) of workmen's compensation Act, 1923 or other
applicable provision of Workmen Compensation Act or any
other Act, the EMPLOYER is obliged to pay compensation to a
workman employed by the CONTRACTOR in execution of the
WORK, the EMPLOYER will recover from the
CONTRACTOR the amount of the compensation so paid, and
without prejudice to the rights of EMPLOYER under Section
12, Sub- section (2) of the said act, EMPLOYER shall be at
liberty to recover such amount or any part thereof by deducting
it from the Contract Performance Security or from any sum due
to the CONTRACTOR whether under this CONTRACT or
otherwise. The EMPLOYER shall not be bound to contest any
claim made under Section 12, Sub-section (i) of the said act,
except on the written request of the CONTRACTOR and upon
his giving to the EMPLOYER full security for all costs for
which the EMPLOYER might become liable in consequence of
contesting such claim.

106 Health and sanitary 106.1 In respect of all labour directly or indirectly employed in the WORKS for
arrangements for workers: the performance of the CONTRACTOR's part of this agreement, the
CONTRACTOR shall comply with or cause to be complied with all the
rules and regulations of the local sanitary and other authorities or as
framed by the EMPLOYER from time to time for the protection of health
and sanitary arrangements for all workers.

106.2 The CONTRACTOR shall provide in the labour colony all amenities such
as electricity, water and other sanitary and health arrangements. The
CONTRACTOR shall also provide necessary surface transportation to the
place of work and back to the colony for their personnel accommodated in
the labour colony.

SECTION-IX Applicable Laws and Settlement of Disputes

136
Page 66 of 82
107 Arbitration: 107.1 Unless otherwise specified, the matters where decision of the Engineer-in-
Charge is deemed to be final and binding as provided in the Agreement
and the issues/disputes which cannot be mutually resolved within a
reasonable time, all disputes shall be referred to arbitration by Sole
Arbitrator.

The Employer Bhagyanagar Gas Limited shall suggest a panel of three


independent and distinguished persons to the
bidder/contractor/supplier/buyer (as the case may be) to select any one
among them to act as the Sole Arbitrator.

In the event of failure of the other parties to select the Sole Arbitrator
within 30 days from the receipt of the communication suggesting the
panel of arbitrators, the right of selection of the sole arbitrator by the
other party shall stand forfeited and the EMPLOYER (BGL) shall have
discretion to proceed with the appointment of the Sole Arbitrator. The
decision of Employer on the appointment of the sole arbitrator shall be
final and binding on the parties.

The award of sole arbitrator shall be final and binding on the parties
and unless directed/awarded otherwise by the sole arbitrator, the cost of
arbitration proceedings shall be shared equally by the parties. The
Arbitration proceedings shall be in English language and venue shall be
Hyderabad, India.

Subject to the above, the provisions of (Indian) Arbitration &


Conciliation ACT 1996 and the Rules framed there under shall be
applicable. All matter relating to this contract are subject to the
exclusive jurisdiction of the court situated in Hyderabad.

Bidders/suppliers/contractors may please note that the Arbitration &


Conciliation Act 1996 was enacted by the Indian Parliament and is
based on United Nations Commission on International Trade Law
(UNCITRAL model law), which were prepared after extensive
consultation with Arbitral Institutions and centers of International
Commercial Arbitration. The United Nations General Assembly vide
resolution 31/98 adopted the UNCITRAL Arbitration rules on 15
December 1976.

107.2 FOR THE SETTLEMENT OF DISPUTES BETWEEN


GOVERNMENT DEPARTMENT AND ANOTHER AND ONE
GOVERNMENT DEPARTMENT AND PUBLIC ENTERPRISE AND
ONE PUBLIC ENTERPRISE AND ANOTHER THE ARBITRATION
SHALL BE AS FOLLOWS:

"In the event of any dispute or difference between the parties hereto,
such dispute or difference shall be resolved amicably by mutual
consultation or through the good offices of empowered agencies of the
Government. If such resolution is not possible, then, the unresolved
dispute or difference shall be referred to arbitration of an arbitrator to
be nominated by Secretary, Department of Legal Affairs ("Law
Secretary") in terms of the Office Memorandum No.55/3/1/75-CF,
dated the 19th December 1975 issued by the Cabinet Secretariat

137
Page 67 of 82
(Department of Cabinet Affairs), as modified from time to time. The
Arbitration Act 1940 (10 of 1940) shall not be applicable to the
arbitration under this clause. The award of the Arbitrator shall be
binding upon parties to the dispute. Provided, however, any party
aggrieved by such award may make a further reference for setting aside
or revision of the award to Law Secretary whose decision shall bind the
parties finally and conclusively.

108 Jurisdiction:
The CONTRACT shall be governed by and constructed according to the
laws in force in INDIA. The CONTRACTOR hereby submits to the
jurisdiction of the Courts situated at HYDERABAD for the purposes of
disputes, actions and proceedings arising out of the CONTRACT, the
courts at HYDERABAD only will have the jurisdiction to hear and decide
such disputed, actions and proceedings.

SECTION-X Safety Codes

109 General: 109.1 CONTRACTOR shall adhere to safe construction practice and guard
against hazardous, and unsafe working conditions and shall comply with
EMPLOYER's safety rules as set forth herein. Prior to start of
construction, CONTRACTOR will be furnished copies of EMPLOYER's
"Safety Code" for information and guidance, if it has been prepared.

110 Safety regulations: 110.1 i) In respect of all labour, directly employed in the WORK for
the performance of CONTRACTOR's part of this
agreement, the CONTRACTOR shall at his own expense
arrange for all the safety provisions as per safety codes of
C.P.W.D., Indian Standards Institution. The Electricity Act,
The Mines Act and such other acts as applicable.

ii) The CONTRACTOR shall observe and abide by all fire and
safety regulations of the EMPLOYER. Before starting
construction work CONTRACTOR shall consult with
EMPLOYER's safety Engineers or ENGINEER- IN-CHARGE
and must make good to the satisfaction of the EMPLOYER any
loss or damage due to fire to any portion of the work done or to
be done under this agreement or to any of the EMPLOYER's
existing property.

111 First aid and industrial 111.0 i) CONTRACTOR shall maintain first aid facilities for its
injuries: employees and those of its SUB-CONTRACTOR.

ii) CONTRACTOR shall make outside arrangements for


ambulance service and for the treatment of industrial injuries.
Names of those providing these services shall be furnished to
EMPLOYER prior to start of construction and their telephone
numbers shall be prominently posted in CONTRACTOR's field
office.

iii) All critical industrial injuries shall be reported promptly


to EMPLOYER, and a copy of CONTRACTOR's report
covering each personal injury requiring the attention of a
physician shall be furnished to the EMPLOYER.

138
Page 68 of 82
112 General rules: 112.0 Smoking within the battery area, tank farm or dock limits is strictly
prohibited. Violators of the no smoking rules shall be discharged
immediately.

113 Contractor's barricades: 113.0 i) CONTRACTOR shall erect and maintain barricades
required in connection with his operation to guard or protect:-

a) Excavations

b) Hoisting Areas.

c) Areas adjudged hazardous by CONTRACTOR's or


EMPLOYER's inspectors.

d) EMPLOYER's existing property subject to damage by


CONTRACTOR's Operations.

e) Rail Road unloading spots.

ii) CONTRACTOR's employees and those of his SUB-


CONTRACTOR's shall become acquainted with EMPLOYER's
barricading practice and shall respect the provisions thereof.

iii) Barricades and hazardous areas adjacent to, but not


located in normal routes of travel shall be marked by red flasher
lanterns at nights.

114 Scaffolding: 114.1 i) Suitable scaffolding should be provided for workmen


for all works that cannot safely be done from the ground or from
solid construction except such short period work as can be done
safely from ladders. When a ladder is used an extra Mazdoor
shall be engaged for holding the ladder and if the ladder is used
for carrying material as well, suitable footholds and handholds
shall be provided on the ladder and the ladder shall be given an
inclination not steeper than 1 in 4 (1 horizontal and 4 vertical).

ii) Scaffolding or staging more than 4 metres above the ground or


floor, swing suspended from an overhead support or erected
with stationary support shall have a guard rail properly attached,
bolted, braced and otherwise retarded at least one metre high
above the floor or platform of such scaffolding or staging and
extending along the entire length of the outside and ends thereof
with only such openings as may be necessary for the delivery of
materials. Such scaffolding or staging shall be so fastened as to
prevent it from swaying from the building or structure.

iii) Working platform, gangway and stairway should be so


constructed that they should not sag unduly or unequally and if
the height of platform of the gangway or the stairway is more
than 4 metres above the ground level or floor level, they should
be closely boarded, should have adequate width and should be
suitably fastened as in ii) above.

iv) Every opening in the floor of a building or in a working platform

139
Page 69 of 82
shall be provided with suitable means to prevent the fall of
persons or materials by providing suitable fencing of railing
whose minimum heights shall be 1 metre.

v) Safe-means of access shall be provided to all working


platforms and other working places, every ladder shall be
securely fixed. No portable single ladder shall be over 9 metres
in length while the width between side rails in rung ladder shall
in no case be less than 30 cms for ladder upto and including 3
metres in length. For longer ladder this width should be
increased 5mm for each additional foot of length. Uniform steps
spacing shall not exceed 30 cms. Adequate precautions shall be
taken to prevent danger from electrical equipment. No materials
on any of the sites or work shall be so stacked or placed to cause
danger or inconvenience to any person or public. The
CONTRACTOR shall also provide all necessary fencing and
lights to protect the workers and staff from accidents, and shall
be bound to bear the expenses of defense of every suit, action or
other proceeding of law that may be brought by any person for
injury sustained owing to neglect of the above precautions and
pay any damages and costs which may be awarded in any such
suit or action or proceeding to any such person or which may
with the consent of the CONTRACTOR be paid to compromise
any claim by any such person.

115 Excavation and trenching: 115.1 All trenches 1.2 metres or more in depth, shall at all times be supplied
with at least one ladder for each 50 metres length or fraction thereof.

Ladder shall be extended from bottom of the trenches to atleast 1 metre


above the surface of the ground. The sides of the trenches which are
1.5M in depth shall be stepped back to give suitable slope or securely held
by timber bracing, so as to avoid the danger of sides to collapse. The
excavated materials shall not be placed within 1.5 metres of the edge of
the trench or half of the trench width whichever is more. Cutting shall be
done from top to bottom. Under no circumstances undermining or
under-cutting shall be done.

116 Demolition/general safety: 116.1 i) Before any demolition work is commenced and also
during the progress of the demolition work

a) All roads and open areas adjacent to the work site shall
either be closed or suitably protected.

b) No electric cable or apparatus which is liable to be a


source of danger shall remain electrically charged.

c) All practical steps shall be taken to prevent danger to


persons employed from risk of fire or explosion or
flooding. No floor, roof or other part of the building
shall be so overloaded with debris or materials as to
render it unsafe.

ii) All necessary personal safety equipment as considered


adequate by the ENGINEER-IN-CHARGE, should be kept
available for the use of the persons employed on the SITE and

140
Page 70 of 82
maintained in condition suitable for immediate use, and the
CONTRACTOR shall take adequate steps to ensure proper use
of equipment by those concerned.

a) Workers employed on mixing asphaltic materials,


cement and lime mortars shall be provided with
protective footwear and protective gloves.

b) Those engaged in white washing and mixing or


stacking or cement bags or any material which are
injurious to the eyes be provided with protective
goggles.

c) Those engaged in welding and cutting works shall be


provided with protective face & eye shield, hand
gloves, etc.

d) Stone breakers shall be provided with protective


goggles and protective clothing and seated at
sufficiently safe intervals.

e) When workers are employed in sewers and manholes,


which are in use, the CONTRACTOR shall ensure that
the manhole covers are opened and are ventilated
atleast for an hour before the workers are allowed to
get into the manholes, and the manholes so opened
shall be cordoned off with suitable railing and
provided with warning signals or board to prevent
accident to the public.

f) The CONTRACTOR shall not employ men below the


age of 18 years and women on the work of painting
with products containing lead in any form. Wherever
men above the age of 18 years are employed on the
work of lead painting, the following precautions
should be taken.

1) No paint
containing lead or lead product shall be used
except in the form of paste or readymade
paint.

2) Suitable face
masks should be supplied for use by the
workers when paint is applied in the form of
spray or a surface having lead paint dry
rubbed and scrapped.

3) Overalls shall be
supplied by the CONTRACTOR to the
workmen and adequate facilities shall be
provided to enable the working painters to
wash them during and on cessation of work.

iii) When the work is done near any place where there is risk of
drowning, all necessary safety equipment should be provided

141
Page 71 of 82
and kept ready for use and all necessary steps taken for prompt
rescue of any person in danger and adequate provision should be
made for prompt first aid treatment of all injuries likely to be
sustained during the course of the work.

iv) Use of hoisting machines and tackles including their


attachments, anchorage and supports shall conform to the
following standards or conditions:

a) These shall be of good mechanical construction, sound


materials and adequate strength and free from patent
defect and shall be kept in good working order.

b) Every rope used in hoisting or lowering materials or as


means of suspension shall be of durable quality and
adequate strength and free from patent defects.

c) Every crane driver or hoisting appliance operator shall be


properly qualified and no person under the age of 21
years should be in charge of any hoisting machine
including any scaffolding, winch or give signals to the
operator.

d) In case of every hoisting machine and of every chain ring


hook, shackle, swivel, and pulley block used in hoisting
or lowering or as means of suspension, the safe working
load shall be ascertained by adequate means. Every
hoisting machine and all gears referred to above shall be
plainly marked with the safe working load of the
conditions under which it is applicable and the same shall
be clearly indicated. No part of any machine or any gear
referred to above in this paragraph shall be loaded
beyond safe working load except for the purpose of
testing.

e) In case of departmental machine, the safe working load shall


be notified by the ENGINEER- IN-CHARGE. As
regards CONTRACTOR's machines, the
CONTRACTOR shall notify the safe working load of
the machine to the ENGINEER-IN-CHARGE whenever
he brings any machinery to SITE of WORK and get it
verified by the Engineer concerned.

v) Motors, gears, transmission lines, electric wiring and other


dangerous parts of hoisting appliances should be provided with
efficient safeguards. Hoisting appliances should be provided
with such means as to reduce to minimum the accidental descent
of the load, adequate precautions should be taken to reduce the
minimum risk of any part or parts of a suspended load becoming
accidentally displaced. When workers are employed on
electrical installations which are already energised, insulating
mats, wearing apparel, such as gloves, sleeves, and boots as may
be necessary should be provided. The workers shall not wear
any rings, watches and carry keys or other materials which are
good conductors of electricity.

142
Page 72 of 82
vi) All scaffolds, ladders and other safety devices mentioned or
described herein shall be maintained in safe conditions and no
scaffolds, ladder or equipment shall be altered or removed while
it is in use. Adequate washing facilities should be provided at or
near places of work.

vii) These safety provisions should be brought to the notice of all


concerned by displaying on a notice board at a prominent place
at the work-spot. The person responsible for compliance of the
safety code shall be named therein by the CONTRACTOR.

viii) To ensure effective enforcement of the rules and regulations


relating to safety precautions, the arrangements made by the
CONTRACTOR shall be open to inspection by the Welfare
Officer, ENGINEER-IN- CHARGE or safety Engineer of the
Administration or their representatives.

ix) Notwithstanding the above clauses there is nothing in these to


exempt the CONTRACTOR for the operations of any other Act
or rules in force in the Republic of India. The work throughout
including any temporary works shall be carried out in such a
manner as not to interfere in any way whatsoever with the traffic
on any roads or footpath at the site or in the vicinity thereto or
any existing works whether the property of the Administration
or of a third party.

In addition to the above, the CONTRACTOR shall abide by the


safety code provision as per C.P.W.D. Safety code and Indian
Standard Safety Code from time to time.

117 Care in handling inflammable 117.1 The CONTRACTOR has to ensure all precautionary measures and
gas: exercise utmost care in handling the inflammable gas
cylinder/inflammable liquids/paints etc. as required under the law and/or
as advised by the fire Authorities of the EMPLOYER

118 Temporary combustible 118.1 Temporary combustible structures will not be built near or around work
structures: site.

119 Precautions against fire: 119.1 The CONTRACTOR will have to provide Fire Extinguishers, Fire
Buckets and drums at worksite as recommended by
ENGINEER-IN-CHARGE. They will have to ensure all precautionary
measures and exercise utmost care in handling the inflammable gas
cylinders/ inflammable liquid/ paints etc. as advised by
ENGINEER-IN-CHARGE. Temporary combustible structures will not be
built near or around the work-site.

120 Explosives: 120.1 Explosives shall not be stored or used on the WORK or on the SITE by
the CONTRACTOR without the permission of the
ENGINEER-IN-CHARGE in writing and then only in the manner and to
the extent to which such permission is given. When explosives are
required for the WORK they will be stored in a special magazine to be

143
Page 73 of 82
provided at the cost of the CONTRACTOR in accordance with the
Explosives Rules. The CONTRACTOR shall obtain the necessary licence
for the storage and the use of explosives and all operations in which or for
which explosives are employed shall be at sole risk and responsibility of
the CONTRACTOR and the CONTRACTOR shall indemnify the
EMPLOYER against any loss or damage resulting directly or indirectly
therefrom.

121 Mines act: 121.1 SAFETY CODE: The CONTRACTOR shall at his own expense arrange
for the safety provisions as required by the ENGINEER-IN-CHARGE in
respect of all labour directly employed for performance of the WORKS
and shall provide all facilities in connection therewith. In case the
CONTRACTOR fails to make arrangements and provides necessary
facilities as aforesaid, the ENGINEER-IN- CHARGE shall be entitled to
do so and recover the costs thereof from the CONTRACTOR.

121.2 Failure to comply with Safety Code or the provisions relating to report on
accidents and to grant of maternity benefits to female workers shall make
the CONTRACTOR liable to pay Company Liquidated Damages an
amount not exceeding Rs.50/- for each default or materially incorrect
statement. The decision of the ENGINEER-IN-CHARGE in such matters
based on reports from the Inspecting Officer or from representatives of
ENGINEER-IN-CHARGE shall be final and binding and deductions for
recovery of such Liquidated Damages may be made from any amount
payable to the CONTRACTOR from all the provisions of the Mines Act,
1952 or any statutory modifications or re-enactment thereof the time
being in force and any Rules and Regulations made thereunder in respect
of all the persons employed by him under this CONTRACT and shall
indemnify the EMPLOYER from and against any claim under the Mines
Act or the rules and regulations framed thereunder by or on behalf of any
persons employed by him or otherwise.

122 Preservation of place: 122.1 The CONTRACTOR shall take requisite precautions and use his best
endeavours to prevent any riotous or unlawful behaviour by or amongst
his worker and others employed or the works and for the preservation of
peace and protection of the inhabitants and security of property in the
neighborhood of the WORK. In the event of the EMPLOYER requiring
the maintenance of a Special Police Force at or in the vicinity of the site
during the tenure of works, the expenses thereof shall be borne by the
CONTRACTOR and if paid by the EMPLOYER shall be recoverable
from the CONTRACTOR.

123 Outbreak of infectious 123.1 The CONTRACTOR shall remove from his camp such labour and their
diseases: facilities who refuse protective inoculation and vaccination when called
upon to do so by the ENGINEER-IN-CHARGE's representative. Should
Cholera, Plague or other infectious diseases break out the
CONTRACTOR shall burn the huts, beddings, clothes and other
belongings or used by the infected parties and promptly erect new huts on
healthy sites as required by the ENGINEER-IN-CHARGE failing which
within the time specified in the Engineer's requisition, the work may be
done by the EMPLOYER and the cost thereof recovered from the
CONTRACTOR.

124 Use of intoxicants: 124.1 The unauthorised sale of spirits or other intoxicants, beverages upon the
work in any of the buildings, encampments or tenements owned, occupied
by or within the control of the CONTRACTOR or any of his employee is

144
Page 74 of 82
forbidden and the CONTRACTOR shall exercise his influence and
authority to the utmost extent to secure strict compliance with this
condition.

In addition to the above, the CONTRACTOR shall abide by the safety


code provision as per C.P.W.D. safety code and Indian Standard Code
framed from time to time.

145
Page 75 of 82
PROFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY
EMPLOYER
(To be executed on non-judicial stamped paper of appropriate value)

WHEREAS BHAGYANAGAR GAS LIMITED. (hereinafter referred to as BGL) which


expression shall unless repugnant to the context includes their legal representatives,
successors and assigns having their registered office at Parishram Bhawan, APIDC
Building, Basheer Bagh, Hyderabad has entered into a CONTRACT with
______________________ (hereinafter referred to as the CONTRACTOR which
expression shall unless repugnant to the context include their legal representatives,
successors and assigns) for ____________________on the terms and conditions as set out,
inter-alia, in the CONTRACT No................. Dated............. and various documents forming
part thereof hereinafter collectively referred to as the "CONTRACT" which expression shall
include all amendments, modifications and/or variations thereto.

AND WHEREAS

i) BGL has agreed to supply to the CONTRACTOR, equipment, plants and materials
(finished, semi-finished and raw)for the purpose of EXECUTION of the said
CONTRACT by the CONTRACTOR (the equipment, plants and materials to be
supplied by BGL to the CONTRACTOR, hereinafter for the sake of brevity referred
to as the "said materials") and pending execution by the CONTRACTOR of the
CONTRACT incorporating the said materials, the said materials shall be under the
custody and charge of the CONTRACTOR and shall be kept, stored, altered, worked
upon and/or fabricated at the sole risk and expense of the CONTRACTOR.

ii) As a pre-condition to the supply of the said materials by BGL to the


CONTRACTOR, BGL has required the CONTRACTOR to furnish to BGL an
Indemnity Bond in the manner and upon terms and conditions hereinafter indicated.

NOW, THEREFORE, in consideration of the premises aforesaid the


CONTRACTOR hereby irrevocably and unconditionally undertakes to indemnify
and keep indemnified BGL from and against all loss, damage and destruction
(inclusive but not limited to any or all loss or damage or destruction to or of the said
materials or any item or part thereof by theft, pilferage, fire, flood, storm, tempest,
lightning, explosion, storage, chemical or physical action or reaction, binding,
warping, exposure, rusting, faulty workmanship, faulty fabrication, or faulty method
or technique of fabrication, strike, riot, civil commotion, or other act or omission or
commission whatsoever within or beyond the control of the CONTRACTOR,
misuse and misappropriation (inclusive but not limited to the misuse or
misappropriation by the CONTRACTOR and the Contractor's servants and/or

Page 76 of 82 146
agents) whatsoever to, or of in the said materials or any part of them thereof from the
date that the same or relative part of item thereof was supplied to the
CONTRACTOR upto and until the date of return to BGL of the said materials or
relative part of item thereof or completed fabricated works(s) incorporating the said
material and undertake to pay to BGL forthwith on demand in writing without
protest or demur the value as specified by BGL of the said material or item or part
thereof, lost, damaged, destroyed, misused and/or misappropriated, as the case may
be or, together with BGL'S costs and expenses (inclusive of but not limited to
handling, transportation, cartage, insurance, freight, packing and inspection costs/or
expenses upto) and aggregate limit of
Rs._________________________________________________ (Rupees
________________________________________________________________
_________________________________).

AND THE CONTRACTOR hereby agrees with BGL that:

i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking


and shall remain valid and irrevocable for all claims of BGL arising
hereunder upto and until the midnight of ________________. However, if
the CONTRACT for which this Indemnity/Undertaking is given is not
completed by this date, the CONTRACTOR hereby agrees to extend the
Indemnity/Undertaking till such time as is required to fulfil the
CONTRACT.

ii) This Indemnity/Undertaking shall not be determined by any change in


constitution or upon insolvency of the CONTRACTOR but shall be in all
respects and for all purposes be binding and operative until payment of all
moneys payable to BGL in terms of hereof.

iii) The mere statement of allegation made by or on behalf of BGL in any notice
or demand or other writing addressed to the CONTRACTOR as to any of the
said material or item or part thereof having been lost , damaged, destroyed,
misused or misappropriated while in the custody of the CONTRACTOR
and/or prior to completion of the completed fabricated work(s) and delivery
to job site thereof incorporating the said materials shall be conclusive of the
factum of the said material or item or part thereof having been supplied to
the CONTRACTOR and/or the loss, damage, destruction, misuse or
misappropriation thereof, as the case may be, while in the custody of the
CONTRACTOR and/or prior to the completion of the completed fabricated
work(s) and delivery to job site thereof incorporating the said materials
without necessity on the part of BGL to produce any documentary proof or
other evidence whatsoever in support of this.

Page 77 of 82 147
iv) The amount stated in any notice of demand addressed by BGL to the
CONTRACTOR as to the value of such said materials lost, damaged,
destroyed, misused or misappropriated, inclusive relative to the costs and
expenses incurred by BGL in connection therewith shall be conclusive of the
value of such said materials and the said cost and expenses as also of the
amount liable to be paid to BGL to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof and such amount
shall be paid without any demur and on demand and no dispute shall be
raised concerning the same.

The undersigned has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR under the Power of Attorney dated______.

(SIGNED BY COMPETENT AUTHORITY)

Place:

Dated:

Official seal of the CONTRACTOR

Page 78 of 82 148
Page 79 of 82 149
PROFORMA FOR CONTRACT AGREEMENT
LOA No. BGL / dated -----------

Contract Agreement for the work of ----------------- of BHAGYANAGAR GAS LIMITED.


made on ---------- between (Name and Address)------------- , hereinafter called the
“CONTRACTOR” (which term shall unless excluded by or repugnant to the subject or
context include its successors and permitted assignees) of the one part and
BHAGYANAGAR GAS LIMITed hereinafter called the “EMPLOYER” (which term shall,

unless excluded by or repugnant to the subject or context include its successors and
assignees) of the other part.

WHEREAS
A. The EMPLOYER being desirous of having provided and executed certain work
mentioned, enumerated or referred to in the Tender Documents including Letter
Inviting Tender, General Tender Notice, General Conditions of Contract, Special
Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of
completion of jobs, Schedule of Rates, Agreed Variations, other documents has
called for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified
in the Tender Documents and has satisfied himself by careful examination before
submitting his tender as to the nature of the surface, strata, soil, sub-soil and
ground, the form and nature of site and local conditions, the quantities, nature and
magnitude of the work, the availability of labour and materials necessary for the
execution of work, the means of access to SITE, the supply of power and water
thereto and the accommodation he may require and has made local and independent
enquiries and obtained complete information as to the matters and thing referred to,
or implied in the tender documents or having any connection therewith and has
considered the nature and extent of all probable and possible situations, delays,
hindrances or interferences to or with the execution and completion of the work

Page 80 of 82 150
to be carried out under the CONTRACT, and has examined and considered all
other matters, conditions and things and probable and possible contingencies, and
generally all matters incidental thereto and ancillary thereof affecting the
execution and completion of the WORK and which might have influenced him in
making his tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General
Conditions of Contract, Special Conditions of Contract, Schedule of Rates, General
Obligations, SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for
completion of Jobs, Letter of Acceptance of Tender and any statement of agreed
variations with its enclosures copies of which are hereto annexed form part of this
CONTRACT though separately set out herein and are included in the expression
“CONTRACT” wherever herein used.

AND WHEREAS
The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the
execution of the said WORK at the rates stated in the schedule of quantities of the work
and finally approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon the
terms and subject to the conditions of CONTRACT.
NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND
DECLARED AS FOLLOWS:-
1. In consideration of the payment to be made to the CONTRACTOR for the WORK
to be executed by him, the CONTRACTOR hereby covenants with EMPLOYER
that the CONTRACTOR shall and will duly provide, execute and complete the
said work and shall do and perform all other acts and things in the CONTRACT
mentioned or described or which are to be implied there from or may be
reasonably necessary for the completion of the said WORK and at the said times
and in the manner and subject to the terms and conditions or stipulations
mentioned in the contract.
2. In consideration of the due provision execution and completion of the said
WORK, EMPLOYER does hereby agree with the CONTRACTOR that the

Page 81 of 82 151
EMPLOYER will pay to the CONTRACTOR the respective amounts for the
WORK actually done by him and approved by the EMPLOYER at the Schedule
of Rates and such other sum payable to the CONTRACTOR under provision of
CONTRACT, such payment to be made at such time in such manner as provided
for in the CONTRACT.
AND

3. In consideration of the due provision, execution and completion of the said


WORK the CONTRACTOR does hereby agree to pay such sums as may be due
to the EMPLOYER for the services rendered by the EMPLOYER to the
CONTRACTOR, such as power supply, water supply and others as set for in
the said CONTRACT and such other sums as may become payable to the
EMPLOYER towards the controlled items of consumable materials or towards
loss, damage to the EMPLOYER'S equipment, materials construction plant and
machinery, such payments to be made at such time and in such manner as is
provided in the CONTRACT.

It is specifically and distinctly understood and agreed between the EMPLOYER


and the CONTRACTOR that the CONTRACTOR shall have no right, title or
interest in the SITE made available by the EMPLOYER for execution of the
works or in the building, structures or work executed on the said SITE by the
CONTRACTOR or in the goods, articles, materials etc., brought on the said SITE
(unless the same specifically belongs to the CONTRACTOR) and the
CONTRACTOR shall not have or deemed to have any lien whatsoever charge
for unpaid bills will not be entitled to assume or retain possession or control of
the SITE or structures and the EMPLOYER shall have an absolute and
unfettered right to take full possession of SITE and to remove the
CONTRACTOR, their servants, agents and materials belonging to the
CONTRACTOR and lying on the SITE.

The CONTRACTOR shall be allowed to enter upon the SITE for execution of

Page 82 of 82 152
the WORK only as a licensee simpliciter and shall not have any claim, right,
title or interest in the SITE or the structures erected thereon and the
EMPLOYER shall be entitled to terminate such license at any time without
assigning any reason.

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated
from the said SITE shall, unless otherwise expressly agreed under this CONTRACT,
exclusively belong to the EMPLOYER and the CONTRACTOR shall have no right to
claim over the same and such excavation and materials should be disposed off on
account of the EMPLOYER according to the instruction in writing issued from time to
time by the ENGINEER-IN-CHARGE.

In Witness whereof the parties have executed these presents in the day and the year first
above written.
Signed and Delivered for and on Signed and Delivered for and
on behalf of EMPLOYER. on behalf of the CONTRACTORs.

BHAGYANAGAR GAS LIMITED (NAME OF THE CONTRACTOR)


_______________________________ ____________________________
_______________________________ ____________________________
Date :___________ Date :____________
Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. ________________________
___________________________ ________________________
___________________________ ________________________

2.___________________________ 2. ________________________
___________________________ ________________________
___________________________ ________________________

Page 83 of 82 153
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SECTION - 5

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 1 of 57 154


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SPECIAL CONDITIONS OF CONTRACT (SCC)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 2 of 57 155


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SECTION-5
SPECIAL CONDITIONS OF CONTRACT
INDEX

1.0 GENERAL

2.0 THE WORK

2.1 Scope of Work


2.2 Scope of Supply
2.3 Time schedule
2.4 Measurement of works
2.5 Terms of payment
2.6 Temporary Works
2.7 Temporary Fencing
2.8 Contractor’s Temporary Structure
2.9 Statutory approvals
2.10 Quality assurance
2.11 Notice and licenses
2.12 Working hours
2.13 Responsibility of contractor
2.14 Electrical works
2.15 Additional work/extra works

3.0 CONSTRUCTION

3.1 Rules and regulations


3.2 Procedures
3.3 Security
3.4 Drawings and documents
3.5 Pre fabrication woks
3.6 Distinction between foundation & super structure
3.7 Excavation by blasting
3.8 Construction equipment & mechanization of construction activities
3.9 Site organization
3.10 Health Safety And Environment (HSE) Management

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 3 of 57 156


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.11 General guidelines during and before erection


3.12 Construction photographs
3.13 Schedule of labour rates
3.14 Specific requirements
3.15 Erection of equipment & vessels

4.0 TESTS, INSPECTION AND COMPLETION

4.1 Tests and inspection


4.2 Hydrostatic testing
4.3 Tie-in joints/hooks-up
4.4 Final inspection
4.5 Documentation
4.6 Statement of final bills issue of no demand certificates
4.7 Issue and reconciliation of material
4.8 GOVERNMENT OF INDIA NOT LIABLE
5.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES (FOR FOREIGN
BIDDER)
6.0 LIMITATION OF LIABILITY
7.0 CRITICAL WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER
8.0 CONTRACT PERFORMANCE GUARANTEE
9.0 TAXES, DUTIES AND LEVIES IN INDIA
10.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES
11.0 SUBSEQUENT LEGISLATION
12.0 STATUTORY VARIATION IN TAXES & DUTIES
13.0 INCOME TAX & CORPORATE TAX
14.0 CUSTOM DUTY
15.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS
16.0 ISSUE OF ESSENTIALITY CERTIFICATE
17.0 IMPORT LICENCE
18.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
19.0 INTELLECTUAL PROPERTY
20.0 FIRM PRICE
21.0 WORKS CONTRACT
22.0 PROVIDENT FUND ACT
23.0 MOBILIZATION ADVANCE
24.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 4 of 57 157


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

25.0 TERMS OF PAYMENT


26.0 COMPENSATION FOR EXTENDED STAY
27.0 COORDINATION WITH OTHER AGENCIES
28.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s
29.0 ROYALTY
30.0 SITE FACILITIES FOR WORKMEN
31.0 ARBITRATION
32.0 COMPENSATION FOR DELAY/PRICE REDUCTION SCHEDULE FOR ANY DELAY.
33.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM
34.0 CHECKING OF LEVELS
35.0 STORAGE FACILITIES
36.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)
37.0 BANK GUARANTEES
38.0 CENVAT BENEFITS
39.0 COMPUTERIZED BILLS

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 5 of 57 158


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.0 GENERAL

1.1 Special conditions of contract (SCC-TECHNICAL) shall be read in conjunction with


the General Conditions of Contract (GCC). Schedule of rates, specifications of
work, drawings and any other document forming part of this contract wherever
the context so requires.

1.2 Notwithstanding the sub-division of the document into these separate sections
and volumes, every part of each with and into the contract so far as it may be
practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at variance with any provisions
of the special conditions of contract, then unless a different intention appears, the
provision(s) of the special conditions of contract shall be deemed to override the
provision(s) of GCC only to the extent that such repugnancies of variations in the
special conditions of contract are not possible of being reconciled with the
provisions of GCC.

1.4 Wherever it is stated in this Bidding Document that such and such a supply is to
be effected or such and such a work is to be carried out, it shall be understood
that the same shall be effected/carried out by the contractor at his own cost,
unless a different intention is specifically and expressly stated herein or otherwise
explicit from the context. Contract value (also referred to as Contract price) shall
be deemed to have included such cost.

1.5 The materials, design and workmanship shall satisfy the applicable relevant Indian
Standards, the job specifications stipulate requirements in addition to those
contained in the standard codes and specifications, these additional requirements
shall also be satisfied. In the absence of any Standard/ Specifications/codes of
practice for detailed specifications covering any part of the work covered in this
Bidding on the contractor.

1.6 In partial modification to Clause No.21.0 of GCC the following shall apply:

In case of contradiction between Indian or other applicable Standards, General


Conditions of Contract, Special Conditions of Contract, Specifications, drawings,
Schedule of Rates, the following shall prevail in order of precedence:

i) Letter of acceptance alongwith statement of Agreed variations.


ii) Fax / Letter of Intent / Fax of Acceptance
iii) Schedule of Rates as enclosures to letter of acceptance
iv) Job / Particular Specifications
v) Drawings
vi) Technical / Material Specifications
vii) Special Conditions of Contract
viii) General Conditions of Contract
ix) Indian Standards
x) Other Applicable Standards

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 6 of 57 159


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.7 It will be contractor’s responsibility to bring to the notice of Engineer-in-charge


any irreconcilable conflict in the contract documents before starting the work(s) of
making the supply with reference which the conflict exists.

In the absence of any specifications covering any material, design of work(s) in


the same shall be performed / supplies / executed in accordance with Standards
Engineering Practice as per the instructions / directions of the Engineer-in-charge,
which will be binding on the Contractor.

1.8 The requirements of any statutory body and authority like Indian boiler regulation,
Tariff Advisory Committee, Chief controller of Explosives, etc, shall govern where
these are more stringent than the requirements specified above.

1.9 Owner’s representative means authorised representative of Owner (i.e. M/s BGL)
and / or Consultant (i.e. M/s MECON).

2.0 THE WORK

2.1 Scope of work

The scope of work covered in this Contract will be as described in Annexure-1 to


SCC-TECHNICAL, Job specifications, Standard Specifications, Schedule of Rates
etc.

2.2 Scope of Supply

The scope of supply covered in this Contract will be as described in Annexure –


2 to SCC-TECHNICAL, Job Specifications, Standard Specifications, Schedule of
Rates etc.

2.3 Time schedule

2.3.1 The work shall be executed strictly as per time schedule given in Annexure – 3
to SCC-TECHNICAL. The period of completion given includes the time required for
mobilisation as well as testing, rectifications, if any, retesting, demobilisation and
completion in all respects to the satisfaction of the Engineer-in-Charge.

2.3.2 A joint programme of execution of work will be prepared by the Engineer-in-


Charge and Contractor. This programme will take into account the time of
completion mentioned in 2.3.1 above.

2.3.3 Monthly/Weekly execution programme will be drawn up by the Engineer-in-


Charge jointly with the Contractor based on availability of materials, work fronts
and the joint programme of execution as referred to above. The contractor shall
scrupulously adhere to the Targets/Programmes by deploying adequate
personnel, Construction Equipment, Tools and Tackles and also by timely supply
of required materials coming within his scope of supply as per Contract. In all
matters concerning the extent of target set out in the weekly/monthly programme
and the degree of achievement, the decision of the Engineer-in-Charge will be
final and binding on the Contractor.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 7 of 57 160


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

2.3.4 Contractor shall give every day category-wise labour and equipment deployment
report alongwith the progress of work done on previous day in the proforma
approved by the Engineer-in-Charge.

2.4 Measurement of Works

In addition to the provisions of Clause 88.1 of the General Conditions of Contract


and associated provisions thereof, the provisions of Annexure – 4 to SCC-
TECHNICAL shall apply.

2.5 Terms of Payment

Terms of Payment will be as specified in Annexure – 5 to SCC-TECHNICAL.

2.6 Temporary Works

All temporary works, ancillary works, enabling works, including dewatering of


surface and subsoil water, temporary drains at the work site, preparing
approaches to working areas, wherever required, for execution of the work, shall
be the responsibility of Contractor.

2.7 Temporary Fencing

The Contractor shall, at his own costs and expenses, erect and maintain in good
condition temporary fences and gates along the boundaries of the site assigned
to him wherever required as per instruction of Engineer-in-charge. Wherever
trenching is being done specially at crossing site near habitation and public
movement. The contractor shall fence with bamboo or other materials of sufficient
strength for all excavations and shall light the same at night. The Contractor shall,
except when authorised by the Engineer-in-Charge, confine his men, materials
and plant etc. within the site of which he is given possession. The Contractor shall
not use any part of the site for purpose not connected with the works unless prior
written permission or consent of the Owner/Engineer-in-Charge has been
obtained. Access to site shall be made only through permitted area. The
Contractor shall maintain sufficient watchmen at site to the satisfaction of the
Owner/Engineer-in-Charge.

2.8 Contractor’s Temporary Structure

The Contractor may, at his own costs and expenses and subject to the approval of
the Enginner-in-Charge and statutory authorities, construct offices, stores,
workshop and remove the same as per the orders of the Engineer-in-Charge on
completion of the contract. Whenever required the Contractor shall furnish such
details of his temporary works as may be called for by the Owner/Engineer-in-
Charge as to their safety and efficiency. The Owner/Engineer-in-Charge may
direct those temporary works which he considers unsafe or, inefficient be
removed and replaced in a satisfactory manner. The Contractor shall immediately
follow Owner/Engineer-in-Charge’s direction/instruction, on maintenance of all the
equipments and he shall ensure that they are suitable for the work and is
maintained in such a manner as to ensure their efficient working. The
Owner/Engineer-in-Charge, may if they deem fit, direct the Contractor to remove

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 8 of 57 161


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

from site any equipment which are not efficient and/or prejudicial to the quality of
work to be replaced by equipment to their satisfaction. The Contractor shall
immediately follow Owner/Engineer-in-Charge’s direction/instruction.

2.9 Statutory Approvals

2.9.1 All associated activities required for obtaining necessary clearances, permissions,
approvals, all licenses from all concerned authorities in respect of pipeline
crossing & all pipeline related works shall be the responsibility of the Contractor
and the cost of the same shall be deemed to have been included in the quoted
prices.

The approval from any authority required as per statutory rules and regulations of
river authority and any Central / State Government authority shall be the
Contractor’s responsibility unless otherwise specified in the Bidding Document.
The application on behalf of the Owner for submission to relevant authorities
alongwith copies of required certificate complete in all respects shall be prepared
and submitted by the Contractor well ahead of time so that the actual
construction of the work is not delayed for want of the approval/inspection by
concerned authorities. The inspection of the works by the authorities shall be
arranged by the Contractor and necessary coordination and liason work in this
respect shall be the responsibility of the Contractor. However statutory fees paid,
if any, for all inspections and approvals by such authorities shall be reimbursed at
actual by the Owner to the Contractor on production of documentary evidence.

Any change/addition required to be made to meet the requirements of the


statutory authorities shall be carried out by the Contractor free of charge. The
inspection and acceptance of the work by statutory authorities shall however, not
absolve the Contract from any of his responsibilities under this Contract.

2.10 Quality Assurance

2.10.1 Detailed quality assurance programme to be followed for the execution of


Contract under various divisions of works will be mutually discussed and agreed to
in line with Annexure-6 of SCC-TECHNICAL.

2.10.2 The Contractor shall establish document and maintain an effective quality
assurance system as outlined in recongnised codes.

2.10.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in


the form of QA manual. This document should cover details of the personnel
responsible for the quality assurance, plans or procedures to be followed for
quality control in respect of Design, Engineering, Procurement, Supply,
Installation, Testing and Commissioning. The quality assurance system should
indicate organisational approach for quality control and quality assurance of the
construction activities, at all stages of work at site as well as at manufacturer’s
works and despatch of materials.

The Owner/Consualtant or their representative shall reserve the right to


inspect/witness, review any or all stages of work at shop/site as deemed
necessary for quality assurance.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 9 of 57 162


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

2.10.4 The Contractor has to ensure the deployment of quality Assurance and Quality
Control Engineer(s) depending upon the quantum of work.

2.11 Notice and Licences

The Contractor shall at his costs and expenses give to the Municipal or Panchayat,
Police and any other private or public authoriities all notices etc., that may be
required in law to be given and obtain all necessary permissions and licences etc.,
for temporary obstructions, enclosures and pay all fees, taxes charges etc. which
may be leviable by such authorities for that purpose. The Contractor shall make
good any damage to the adjoining property whether public or private.

2.12 Working Hours

Depending upon the requirements, time schedule/ drawnup programmes and the
target set to complete the job in time the works may have to continue beyond
normal working hours to the extent of round the clock and on holidays also for
which no extra claim shall be entertained.

2.13 Responsibility of Contractor

Preparing approaches and working area for the movement and operation or the
cranes, leveling the area for assembly and erection shall also be the responsibility
of the Contractor. The Contractor shall acquaint himself with access availability,
facilities such as railway siding, local labour etc.

The procurement and supply in sequence and at the appropriate time of all
materials and consumables covered under Contractor’s scope of supply, shall be
entirely the Contractor’s responsibility. Contractor shall not use any of the
equipment or materials issued to him by Owner for temporary works,
manufacturing erection aids etc. Misuse of materials will be seriously viewed and
deduction at penal rates will be made from the Contractors bill for such quantities
that are misused.

Contract Price is deemed to be inclusive of all expenses towards above


responsibilities.

2.14 Electrical Works – DELETED

2.15 Additional Works/Extra Works

Owner reserve their right to execute any additional works/ extra works, during the
execution of Work, either by themselves or by appointing any other agency, even
though such works are incidental to and necessary for the completion of works
awarded to the Contractor. In the event of such decisions taken by Owner,
Contractor is required to extend necessary cooperation and act as per the
instructions of Engineer-in-Charge

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 10 of 57 163


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.0 CONSTRUCTION

3.1 Rules and Regulations

Contractor shall observe in addition to Codes specified in respective specification,


all national and local laws, ordinances, rules and regulations and requirements
pertaining to the work and shall be responsible for extra costs arising from
violations of the same.

3.2 Procedures

Various procedures and method statements to be adopted by Contractor during


the construction as required in the respective specifications shall be submitted to
Engineer-in-Charge in due time for approval. No construction activity shall
commence unless approved by Engineer-in-Charge in writing.

3.3 Security

If the work is being done in protected area, entry into the work area shall be
restricted and governed by issue of photo gate passes by the Security/CISF. The
Contractor shall arrange to obtain through the Engineer-in-Charge, well in
advance, all necessary entry permits/gate pass for his staff and labour and entry
and exit of his men and materials shall be subject to vigorous check by the
security staff. The Contractor shall not be eligible for any claim or extension of
time whatsoever on this account.

3.4 Drawings and Documents

Refer Job specifications/Technical specifications.

3.5 Pre-fabrication Works

The Contractor shall be required to pre-fabricate the pipings and MS structural


members etc. for the work away from the work site and transport the pre-
fabricated material to work site at no extra cost to the Owner.

3.5 Distinction Between Foundation and Super Structure

3.6 To distinguish between work in foundations and superstructures, the following


criteria shall apply:

i) For all Equipment pedestals, silos, pipe racks, other foundations and R.C.C.
structures, work done upto 300mm level above finished grade level will be
taken as work in foundations and work above this level will be treated as
work in superstructures and payments would be made accordingly.

ii) For Buildings only, all works upto level corresponding to finished floor level
shall be treated as work in “Foundation and Plinth” and all works above
the finalished floor level shall be treated as “Work in superstructure”.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 11 of 57 164


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

iii) Irrespective of what has been stated above, all pavements, R.C.C.
Retaining wall, all pipe sleepers and any similar item would be taken as
work done in foundations irrespective of locations, nomenclature, and
levels given anywhere.

iv) Where not specifically pointed out all works in cellars/sumps, Tank pads,
cable trenches or such similar items would be taken as work in
foundations,

3.7 Excavation by Blasting

Excavation by blasting is not permitted. However, if required in hard strata, other


mechanical tools shall be used. Blasting shall be done if required in SOR and Job
Specification enclosed with tender document.

3.8 Construction Equipment & Mechanisation of Construction Activities

Contractor shall, without prejudice to his overall responsibility to execute and


complete the Work as per specifications and time schedule, adopt as far as
practicable, mechanized construction techniques for major site activities.
However, Contractor agrees that he will deploy the required numbers and types of
the part & machinery applicable for different activities in consultation with the
Engineer-In-Charge during execution of works.

The Contractor shall mechanise the construction activities to the maximum extent
by deploying all necessary construction equipment/machinery in adequate
numbers and capacities.

Wherever Structural/Piping works are included in the scope, the Contractor’s


responsibilities shall include establishing and maintaining of a proper fabrication
workshop with transportation facilities to site to carryout fabrication of steel
structures, piping specials etc., preparing approaches working areas for the
movement/operation of cranes and levelling the areas for assembly/erection to
ensure effective mechanisation on the works. The Contractor shall acquaint
himself with availability of access, facilities such as railway siding, local labour etc.
and the Contractor may have to build temporary access roads to aid his work and
the quoted and agreed rates shall be deemed to include the same. It may be
noted that all fabrication work shall be carried out in fully mechanised workshops
to reduce site fabrication to minimum.

For speedy execution of work, Contractor shall also ensure use of computer
software for at least the following:

(i) Billing
(ii) Planning & Scheduling
(iii) Progress Reporting
(iv) Material Control & Warehousing
(v) Safety Records
(vi) Resource Deployment
(vii) Communication

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 12 of 57 165


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Contractor further agrees that Contract price is inclusive of all the associated
costs) which he may incur for actual mobilization, required in respect of use of
mechanized construction techniques and that the Owner/Consultant in this regard
shall entertain no claim whatsoever.

3.9 Site Organization

The Contractor shall provide all necessary superintendence during the design and
execution of the Works and as long thereafter as the Engineer-in-Charge may
consider necessary for the proper fulfilling of the Contractor’s obligations under
the Contract. Such superintendence shall be given by sufficient persons having
adequate knowledge of the operations to be carried out including the methods
and techniques required the hazards likely to be encountered and methods of
preventing accident for the satisfactory and safe execution of the Work. The
workmen deployed ,by the Contractor should also possess the necessary license
etc., if required under any law, rules and regulations.

Subject to the provisions in the Contract Document and without prejudice to


Contractor’s liabilities and responsibilities to provide adequate qualified and skilled
personnel on the Work, Contractor shall augment the same as decided by the
Engineer-in-Charge depending on the exigencies of Work.

3.10 Health Safety and Environment (HSE) Management

After the award of the contract, detailed Health, Safety and Environment (HSE)
programmed to be followed for execution of contract under various divisions of
works will be mutually discussed and agreed to in line with Annexure-7 of SCC-
TECHNICAL.

The Contractor shall establish document and maintain an effective Health, Safety
and Environment (HSE) management system.

In case contractor fails to follow the instructions of Engineer-in-charge with


respect to above clauses, next payment due to him shall not be released unless
until he complies with the instructions to the full satisfaction of Engineer-in-
charge.

The Contractor shall adhere to the Health, Safety and Environment (HSE)
management system as per MECON Specification enclosed and General Conditions
of Contract.

3.11 General Guidelines During and Before Erection

3.11.1 The Contractor shall be responsible for organising the lifting of the structural
element! equipment in the proper sequence, that orderly progress of the work is
ensured and access routes for erecting the other structures/ equipments are kept
open.

3.11.2 During the performance of the work the Contractor at his own cost, shall keep
structures, materials and equipment adequately braced by guys, struts or
otherwise approved means which shall be Supplied and installed by the Contractor

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 13 of 57 166


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

as required till the installation work is satisfactorily completed.

Such guys, shoring, bracing, strutting, planking supports etc. shall not interfere
with the work of other agencies and shall not damage or cause distortion to other
works executed by him or other agencies.

3.11.3 Manufacturer’s recommendations and detailed specifications for the installation of


the various equipment and machines shall be fulfilled by the Contractor.

3.11.4 Various tolerances required as marked on the drawings and as per specifications
and instructions of the Engineer-in-Charge, shall be maintained.

Verticality shall be maintained. Verticality shall be verified with the


Theodolite/advanced instruments,

3.12 Construction Photographs


The Owner desires to have two sets of monthly progress reports with
photographs showing the progress of construction. Before utilising any
photograph for publicity, the Contractor shall obtain prior approval of the Owner.

3.13 Schedule of Labour & Equipment Rates

Schedule of Labour Rates attached as Annexure-11 to SCC-TECHNICAL shall be


used for analyzing rates for extra items.

Schedule of equipment rates attached as Annexure-12 to SCC-TECHNICAL shall


be used for analysing rates for extra items.

3.13A Minimum Construction Equipment

Minimum Construction equipment to be deployed is enclosed as Annexure-9 to


SCC-TECHNICAL. However, Any other equipment required for completion of
pipeline laying work but not specifically mentioned here, shall be deployed by
contractor without any additional cost. The above proposed list of equipment is
the minimum to be deployed by Contractor and Contractor shall ensure the
availability of these at site.

3.13B Minimum Requirement of Skilled Manpower

Minimum No. of Skilled Manpower to be deployed is enclosed as Annexure-10 to


SCC-TECHNICAL. The above proposed list of skilled manpower is the minimum to
be deployed by Contractor and Contractor shall ensure the availability of these at
site. Failing which BGL shall arrange these at the risk and cost of Contractor and
amount of these shall be deducted from the running payment of Contractor.

3.14 Specific Requirements

Specific requirements spelt out in various technical parts of the Bidding Document
shall be followed by Contractor.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 14 of 57 167


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.15 Erection of Equipment & Vessels

It may be noted by the Contractor that erection of equipment and columns by


derrick shall not be permitted. Contractor will have to arrange crane of suitable
capacity for the erection of such equipments. It is, therefore, advised that the
Contractor should go into the details of the equipments to be erected and identify
suitable capacity cranes which he proposes to use for such erection.

Cranes of adequate capacities shall be mobilized by the Contractor to enable


modular erection. Owner shall not provide any crane facilities.

4.0 TESTS, INSPECTION AND COMPLETION

4.1 Tests and Inspection

The Contractor shall carry out the various tests as enumerated in the technical
specifications of this Bidding Document and technical documents that will be
furnished to him during the performance of the work at no extra cost to the
Owner.

All the tests either on the field or at outside laboratories concerning the execution
of the work and supply of materials by the Contractor shall be carried out by
Contractor at his own cost.

The work is subject to inspection at all times by the Engineer-in-Charge. The


Contractor shall follow all instructions given during inspection and shall ensure
that the work is being carried out according to the technical specifications of this
Bidding Document, the technical documents that will be furnished to him during
performance of work and the relevant codes of practice.

The Contractor shall provide for purposes of inspection access ladders, lighting
equipment for testing, necessary instruments etc. at his own cost, low voltage
lighting equipment for tray fixing and inspection work.

Compressed air for carrying out works shall be arranged by the Contractor at his
own cost.

For material supplied by Owner, Contractor shall carryout the tests, if required by
the Engineer-in-Charge, and the cost of such tests shall be reimbursed by the
Owner at actuals to the Contractor on production of documentary evidence.

Contractor shall inspect carefully all equipment before receiving them from Owner
for installation purposes. Any damage or defect noticed shall be brought to the
notice of Engineer-in- Charge immediately.

All results of inspection and tests will be recorded in the inspection reports,
proforma of which will be approved by the Engineer-in-Charge. These reports
shall form part of the completion documents. Any work not conforming to
execution drawings, specifications or codes shall be rejected and the Contractor
shall carryout the rectifications at his own cost.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 15 of 57 168


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Inspection and acceptance of the work shall not relieve the Contractor from any of
his responsibilities under this Contract.

4.2 Hydrostatic Testing

Refer Job Specification/Technical specifications.

4.3 Tie in Joints/Hook-up

Refer Job specification/Technical Specifications.

4.4 Final Inspection

After completion of all tests as per specification the whole work will be subject to
a final inspection to ensure that job has been completed as per requirement. If
any defect is noticed, the Contractor will be notified by the Engineer-in-Charge
and he shall make good the defects at his own cost and risk with utmost speed.
If, however, the Contractor fails to attend to these defects within a reasonable
time (time period shall be fixed by the Engineer-in-Charge) then Engineer-in-
Charge may have defects rectified at Contractor’s cost.

When these works are carried out at the risk and cost of the Contractor, the
Engineer-in-charge would recover the actual cost incurred towards labour,
supervisions and material, consumables or otherwise, plus 100% towards
overheads from any pending bill of the Contractor or the security deposit.

4.5 Documentation

Refer Job Specification/Technical Specification.

4.5.1 “AS BUILT” Drawings

Refer Job Specification/Technical Specification.

4.6 Statement of Final Bills-Issue of No Demand Certificate

4.6.1 The final bill of Contractor shall be accompanied by no-demand certificate from
various statutory / concerned Authorities.

4.6.2 The final bill of Contractor shall be accompanied by no-demand certificate from
the following departments of the Owner:

i) Administration & Personnel Department regarding vacation of land,


housing accommodation, recovery of rents etc.

ii) Fire and Safety Officer and CISF.

The Contractor shall obtain such no-demand certificates from the concerned
authorities and furnish the same to the Engineer-in-Charge.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 16 of 57 169


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

4.7 Issue and Reconciliation of Material

Refer Annexure-8 to SCC-TECHNICAL for details.

4.8 GOVERNMENT OF INDIA NOT LIABLE

It is expressly understood and agreed by and between the Contractor and the Employer
that the Employer is entering into this agreement solely on its own behalf and not on
behalf of any other person or entity. In particular, it is expressly understood and agreed
that the Government of India is not a party to this agreement and has no liabilities,
obligations or rights there under. It is expressly understood and agreed that the Employer
is an independent legal entity with power and authority to enter into contract, solely in its
own behalf under the applicable laws of India and general principal of Contract Law. The
Contractor expressly agrees, acknowledges and understands that the Employer is not an
agent, representative or delegate of Govt. of India. It is further understood and agreed
that the Govt. of India is not and shall not be liable for any acts, omissions, commissions,
breaches or other wrongs arising out of the contract. Accordingly, contractor hereby
expressly waives, releases and foregoes any and all actions or claims, including cross
claims, impleader claims or counter claims against the Govt. of India arising out of this
contract and covenants not to sue to Govt. of India as to any manner, claim, cause of
action or thing whatsoever arising of or under this agreement.

5.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES (FOR


FOREIGN BIDDER)

5.1 Within 30 days of execution of the Contract agreement, the Contractor shall register
themselves and the Contract at their own cost with the Reserve Bank of India, Income
Tax, Sales Tax and such other statutory authorities, as may be required under the rules
and regulations governing in India. The Contract Price shall be deemed to include all costs
towards the same. A copy of all documents related to all such registration shall be
submitted to Employer for record.

6.0 LIMITATION OF LIABILITY

6.1 The final payment by the Employer in pursuance of the Contract terms shall not mean
release of the Contractor from all of his liabilities under the Contract. The Contractor shall
be liable and committed under this contract to fulfil all his liabilities and responsibilities, till
the time of release of contract performance guarantee by the Employer.

6.2 Notwithstanding anything contrary contained herein, the aggregate total liability of
Contractor under the Contract or otherwise shall be limited to 100% of Contract value.
However, neither party shall be liable to the other party for any indirect and consequential
damages, loss of profit or loss of production.

7.0 CRITICAL WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER

7.1 The Leader of Consortium shall assume the overall management including construction
management of the Contract and perform the critical activities of works for Pipeline laying.
The minimum critical activities envisaged areas follows:

a) Residual Engineering
b) Welding
c) Carrying out NDT
d) Horizontal Directional Drilling (HDD)
e) Lowering of Pipeline/OFC duct/Cable in trench

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 17 of 57 170


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

f) Hydro-testing/Leak Test
h) Commissioning

7.2 All balance non-critical activities such as ROU (C&G), trenching, backfilling, civil
works for terminals, IP stations and SV stations etc. may be executed by member
of Consortium.

8.0 CONTRACT PERFORMANCE GUARANTEE

The clause no. 24.0 of GCC shall stand modified to the following extent only.

8.1 As a Contract Security, the Contractor to whom the work is awarded, within 15 (Fifteen)
days of such award of contract shall furnish a Contract Performance Guarantee in favour
of the Employer in the form of an irrevocable and unconditional Bank Guarantee as per
proforma approved by Employer. This Bank Guarantee shall be issued by any Indian
Nationalised /Scheduled Bank or reputed International Bank as stipulated at Clause 37.0
below. The Guarantee amount shall be 10% (Ten Percent) of the Contract Price as
awarded, for the faithful performance of the contract strictly in accordance with terms and
conditions of contract. The Guarantee shall be valid till expiry of 90 (Ninety) days after the
end of Defect Liability Period.

8..2 In the event completion of works is delayed beyond the Scheduled Completion Date for
any reasons whatsoever, the Contractor shall have the validity of the guarantee suitably
extended to cover the period mentioned above.

8.3 The Employer shall have an unqualified option under this guarantee to invoke the Banker’s
Guarantee and claim the amount there under in the event of the Contractor failing to
honour any of the commitments entered into under this Contract and/or in respect of any
amount due from the Contractor to the Employer/Consultant. In case Contractor fails to
furnish the requisite Bank Guarantee as stipulated above, then the Employer shall have
the option to terminate the Notification of Award of Work and forfeit the Bid
Security/Earnest Money amount and no compensation for the works performed shall be
payable upon such termination.

8.4 Upon completion of the Works as per Completion Schedule stipulated in the Contract, the
above said guarantee shall be considered to constitute the Contractor’s
warranty/guarantee for the work done by him or for the Works supplied and their
performance as per the specifications and any other conditions against this Contract. The
warranty/guarantee shall remain in force for 12 months from the date of issuance of
certificate of Completion and Acceptance against this Contract as per GCC. The Contractor
shall also arrange for the Performance Guarantee to remain valid till expiry of 90 days
after the end of Defect Liability Period /Guarantee period for entire works covered under
the contract.

8.5 In the event of Completion of Project being delayed beyond the Scheduled Completion
Date, the Employer may without prejudice to any other right or remedy available to the
Employer, operate the Bank Guarantee to recover the Compensation for delay leviable as
per Clause 32.0 below. The Bank Guarantee amount shall thereupon be increased to the
original amount, or the Contractor may alternatively submit a fresh Bank Guarantee for
the equivalent amount of compensation for delay recovered.

9.0 TAXES, DUTIES AND LEVIES IN INDIA

9.1 The Contractor agrees to and does hereby accept full and exclusive liability for the
payment of any and all taxes, duties, including excise duty, service tax, custom duty, CVD,

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 18 of 57 171


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

additional CVD, octroi etc. now in force and hereafter increased, imposed or modified from
time to time in respect of works and materials and all contributions and taxes for
unemployment compensation, insurance and old age pensions or annuities now or
hereafter imposed by any Central or State Government authorities which are imposed with
respect to or covered by the wages, salaries, or other compensations paid to the persons
employed by the Contractor and the Contractor shall be responsible for the compliance
with all obligations and restrictions imposed by the Labour Law or any other law affecting
employer-employee relationship and the Contractor further agrees to comply, and to
secure the compliance of all subcontractors with all applicable Central, State, Municipal
and local law and regulation, and requirement of any central, State or Local Government
agency or authority. Contractor further agrees to defend, indemnify and hold
Employer/Consultant harmless from any liability or penalty which may be imposed by the
Central, State or Local authorities by reason of any violation by Contractor or
Subcontractor of such laws, regulations or requirements and also from all claims, suits or
proceedings that may be brought against the Employer/Consultant arising under, growing
out of, or by reason of the work provided for by this Contract, by third parties, or by
Central or State Government authority or any administrative sub-division thereof. The
prices shall also be inclusive of Sales Tax /Works Contract Tax/ VAT/ Trade tax/ turnover
tax as applicable.

9.2 Employer shall make from Contractors bills such tax deductions as are required as per
rules and regulations in force from time to time.

9.3 If excise duty is applicable during site fabrication, the same must be assessed and
deemed to be included by the bidder in the quoted prices. The bidder in this regard shall
arrange all required formalities.

10.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES - DELETED

11. SUBSEQUENT LEGISLATION

11.1 All duties, taxes (including sales tax on works contract/ trade tax/ turnover tax/service tax
as applicable), fees, charges, expenses, etc. (except where otherwise expressly provided
in the Contract) as may be levied/ imposed in consequence of execution of the works or in
relation thereto or in connection therewith as per the Acts, Laws, Rules, Regulations in
force shall be to Contractor's account. However, any new taxes /duties imposed after the
date of submission of last price bid & up to Contractual Completion date shall be to the
BGL’s account but such Taxes /duties imposed beyond Contractual Completion date shall
be to the Contractor’s account.

12.0 STATUTORY VARIATION IN TAXES & DUTIES

12.1 Clause 100.1 of GCC is modified to the following extent.

12.2 The statutory variation in Custom Duty, CVD, Excise duty, Sales Tax, VAT, Service Tax etc
except WCT within the Contractual completion period shall be to Employer’s (BGL)
account, against submission of the documentary evidence. However, any increase in the
rate of Custom Duty, CVD, Excise duty, Sales Tax, VAT, Service Tax etc beyond the
Contractual completion period shall be to contractor’s account whereas any decrease in
the rate of Custom Duty, CVD, Excise duty, Sales Tax, VAT, Service Tax etc shall be
passed on to the Employer.

12.3 The base date for the purpose of applying statutory variation shall the due date of
submission of last price bid.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 19 of 57 172


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

12.4 Regarding Service Tax and Excise Duty & VAT / WCT, Contractor shall submit
Cenvatable/Vatable bills giving break-up of tax amount, so that Employer can avail the
Cenvat / VAT benefit as per rule. The Cenvatable / Vatable Invoice to be raised on

Office In Charge
Bhagyanagar Gas Limited
Hyderabad

13.0 INCOME TAX & CORPORATE TAX

13.1 Income Tax deductions shall be made from all payments made to the Contractor as per
the rules and regulations in force in accordance with the Income Tax Act prevailing from
time to time.

13.2 Corporate Tax liability, if any, shall be to the contractor’s account.

13.3 Works Contract tax/ VAT as may be applicable shall be deducted as per the trade tax act.

14.0 CUSTOM DUTY

14.1 The Contract Price shall include the following duties i.e Custom Duties, CVD, additional
CVD for all materials and consumables envisaged to be imported for incorporation in the
permanent works. It shall be clearly understood by the Contractor that custom duty shall
neither be paid nor reimbursed by Employer. Contractor shall be fully responsible for port
clearance including stevedoring, handling, unloading, loading, storage, inland
transportation and receipt of materials at site etc. and cost thereof shall be included in the
contract price. The contractor shall also be fully responsible for any delays, penalties,
demurrages, shortages and other charges and losses, if any, in this regard. However, the
Employer shall pay statutory variation in custom duty (except cenvatable component), if
any, after the date of submission of last price bid & up to Contractual completion period
but beyond the contractual completion period the statutory variation shall be to
contractor’s account.

The CIF value of materials envisaged to be imported for the purpose of permanent
incorporation in the works shall be indicated separately in the Price Schedule. The custom
duty and other import duties payable on the CIF value of materials imported for the
purpose of permanent incorporation in the work shall be paid directly by the contractor
and are included in the contact price. However, the Employer shall pay statutory variation
in custom duty (except cenvatable component), if any, after the date of submission of last
price bid & up to Contractual completion period but beyond the contractual completion
period the statutory variation shall be to contractor’s account.

15.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS

15.1 Contractor is liable to pay custom duty on the equipments brought into India for executing
the project. The Contractor shall be fully liable for observing all the formalities in this
regard as well as to pay the custom duty chargeable on the equipments, including any
deposit payable for such purposes. No adjustment in contracted rates shall be permissible
for any change in duty drawback applicable in respect of equipment & machinery brought
in India for the use of the project and for re-export of equipment and machinery, on
completion of the project.

15.2 If the Custom Authorities require the Contractor to furnish a bond to secure payment of
any custom duty in respect of any import and that such Bond shall be furnished by the
Employer, the Employer may at the request of the Contractor furnish the said Bond
against the Contractor furnishing a Bank Guarantee to the Employer, of the like amount in

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 20 of 57 173


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

the form and from a Bank in India approved by the Employer.

15.3 If for any reason the Employer is required by the Customs Authorities during pendency of
Contract to pay any customs duty due to the importation or retention by the Contractor of
any imports, the Contractor shall forthwith on demand by the Employer pay the same to
the Employer, with the right in the Employer/Consultant (without prejudice to any other
mode of recovery or right of the Employer/Consultant) to deduct the same from the on
account and other payments due and/or becoming due or payable to the Contractor from
time to time. The payments under such a case shall be subject to submission of Bank
Guarantee from a Bank approved by Employer, by the Contractor in favour of the
Employer for an amount equivalent to amount of custom duty.

15.4 The obligations undertaken and/or any bond or facility provided by the Employer to the
Contractor shall be based on the clear understanding that the said equipment shall be
utilised by the Contractor only for the performance of the work covered under this
contract and that the Employer/Consultant shall be discharged forthwith from all said
obligations and shall be entitled forthwith to discontinue and recall any bond or other
facility to the Contractor if the Contractor shall utilise or permit to be utilised the said
equipment(s) or any of them for the performance of any work other than the work
covered by the Contract in which event any amount due from Contractor in this
connection shall also carry interest @22% (Twenty two percent) per annum from the date
of relative payment by Employer up to the date of recovery in full.

16.0 ISSUE OF CERTIFICATE- PERTAINING TO IMPORT

BGL shall not provide any kind of certificate.

17.0 IMPORT LICENCE

17.1 Contractor shall arrange import of all materials required for permanent incorporation in
the works as well as construction equipment as per the guidelines laid down by the
Government of India. Employer shall not provide import licence.

18.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS

18.1 Contractor agrees for withholding from wages and salaries of its agents, servants or
employees all sums, required to be withheld by the laws of the Republic of India or any
other agency having jurisdiction over the area where Contractor is conducting operations,
and to pay the same promptly and directly when due to the proper authority. Contractor
further agrees to comply with all accounting and reporting requirements of any Nation
having jurisdiction over the subject matter hereof and to conform to such laws and
regulations and to pay the cost of such compliance. If requested, Contractor will furnish
the evidence of payment of applicable taxes, in the country(ies) of the Contractor's and
his sub-contractor(s) and expatriate employees.

19.0 INTELLECTUAL PROPERTY

19.1 Neither Employer nor Contractor nor their personnel, agents nor any sub-contractor shall
divulge to any one (other than persons designated by the party disclosing the information)
any information designated in writing as confidential and obtained from the disclosing
party during the course of execution of the works so long as and to the extent that the
information has not become part of the public domain. This obligation does not apply to
information furnished or made known to the recipient of the information without
restriction as to its use by third parties or which was in recipient's possession at the time
of disclosure by the disclosing party. Upon completion of the works or in the event of
termination pursuant to the provisions of the contract, Contractor shall immediately return

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 21 of 57 174


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

to Employer/Consultant all drawings, plans, specifications and other documents supplied


to the Contractor by or on behalf of Employer/Consultant or prepared by the Contractor
solely for the purpose of the performance of the works, including all copies made thereof
by the Contractor.

20.0 FIRM PRICE

20.1 The quoted prices shall be firm and shall not subjected to price escalation till the work is
completed in all respects.

21.0 WORKS CONTRACT

21.1 The work covered under this contract shall be treated as "Works Contract".

22.0 PROVIDENT FUND ACT

22.1 The Contractor shall strictly comply with the provisions of Employees Provident Fund Act
and register themselves with RPFC before commencing work. The Contractor shall deposit
Employees and Employers contributions to the RPFC every month. The Contractor shall
furnish along with each running bill, the challan/ receipt for the payment made to the
RPFC for the preceding months.

23.0 MOBILIZATION ADVANCE

23.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilisation Advance
up to a maximum of 10% (Ten Percent) of awarded Contract Value. The mobilization
advance will attract an interest rate (medium term) at PLR charged by SBI (applicable as
on date of award) plus 2% p.a on reducing balance basis. Mobilization Advance shall be
paid to the Contractor in two instalments after signing the contract agreement and
submission of initial security deposit, in the following manner:

23.1.1 First Installment

i) 5% (Five percent) of awarded Contract value shall be payable as the first


instalment of mobilisation advance after fulfilling the following formalities by the
Contractor:
a) Signing of contract agreement by the Contractor.
b) Submission of a separate bank guarantee towards Contract Performance from a
Indian Nationalised/Scheduled Bank/ International Bank as stipulated in Clause
no. 37.0 herein in proforma approved by Employer towards due performance of
contract equivalent to 10% of awarded contract value which shall be kept valid till
up to 3 Months after expiry of defect liability period.
c) Submission of a separate Bank Guarantee from a Indian Nationalised /Scheduled
Bank/ reputed International Bank as stipulated in Clause no. 37.0 herein in
proforma approved by Employer equivalent to 10% of awarded contract value
covering mobilisation advance which shall be kept valid till completion of work.
However, contractor may submit Bank Guarantee of 10% as above in two stages
of 5% each for availing advance against sub-clause 23.1.1 & 23.1.2.

23.1.2 Second Installment

i) Balance 5% Mobilisation Advance shall be payable to the Contractor after


Contractor has constructed site Office, storage shed, fabrication yard etc. and has
physically mobilized equipments per Section (as per Appendix-VII) and is ready to
start the work to the entire satisfaction of Engineer -in-Charge and
commencement of work at site.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 22 of 57 175


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

23.2 RECOVERY OF MOBILISATION ADVANCE

23.2.1 The Mobilisation Advance together with the interest accrued, shall be recovered from each
running account bill @ 12.5% of gross amount of Monthly R.A. Bill in such a manner that
the total advance and interest accrued is recovered when approximate 80% of the
contract value gets paid. Balance amount, if any, remaining recovered shall be deducted
in full from the pre-final bill.

24.0 VOID

25.0 TERMS OF PAYMENT

25.1 Basis and terms of payment for making “On Account Payment” shall be as set out in
Annexure-5 to SCC.
26.0 COMPENSATION FOR EXTENDED STAY

26.1 The clause no. 87 (vi) of GCC is modified to the following extent:

26.1.1 In case the time of completion of work is delayed beyond the time schedule indicated in
the bidding document plus a grace period equivalent to 1/5th of the time schedule or 8
weeks whichever is more, due to reasons solely attributable to Employer, the contractor
shall be paid extended stay compensation in order to maintain necessary organizational
set up and construction tools, tackles, equipments etc. at site of work. The bidder shall
mention the rate for such extended stay compensation per month in the 'Priced Part"
which will be considered for evaluation. The period for the purpose of evaluation shall be
th
1/5 of the time schedule or 1 (One) month whichever is less.

26.1.2 In case bidder does not indicate the rate for extended stay compensation as per the
proforma in Priced Part, it will be presumed that no extended stay compensation is
required to be paid to the contractor.

26.1.3 In case the completion of work is delayed beyond a period of one month after the grace
period then both the Employer and the Contractor shall mutually decide the future course
of action including payment of further extended stay compensation.

26.1.4 Bidder to note that in case they don't indicate the rate for extended stay compensation as
per proforma, provisions of clause no. 26.0 will not be applicable for them.

27.0 COORDINATION WITH OTHER AGENCIES

27.1 Work shall be carried out in such a manner that the work of other agencies operating at
the site is not hampered due to any action of the Contractor. Proper coordination with
other agencies will be Contractor's responsibility. In case of any dispute, the decision of
Engineer-in-Charge shall be final and binding on the Contractor.

28.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s

28.1 In the event of any disputes or difference relating to the interpretation and application of
the provisions of the contracts, such disputes or differences shall be referred by either
party to the Arbitration in the Department of Public Enterprises nominated by the
Secretary to the Govt. of India in charge of the Board of Public Enterprises, Govt. of India.
The Arbitration and Conciliation of shall not be applicable to such arbitration. The award of
the Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or revision

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 23 of 57 176


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

of the award to the Law Secretary, Ministry of Law and Justice, Government of India.
Upon such reference the dispute shall be decided by the Law Secretary or the Special/
Additional Secretary when so authorized by the Law Secretary whose decision shall bind
the parties finally and conclusively. The parties to the dispute will share equally the cost
of arbitration as intimated by the Arbitrator.

29.0 ROYALTY

29.1 Contractor's quoted rate should include the royalty on different applicable items as per the
prevailing Government rates. In case, Employer is able to obtain the exemption of Royalty
from the State Government, the contractor shall pass on the same to Employer for all the
items involving Royalty.

30.0 SITE FACILITIES FOR WORKMEN

30.1 Following facilities are to be ensured at all work places where workmen are
deployed/engaged by Contractor.

i) Arrangement of first aid


ii) Arrangement for clean drinking water.
iii) Toilets
iv) Canteen where tea & snacks are available
v) A crèche where 10 or more women workmen are having children below the age of
6 years.

31.0 ARBITRATION

31.1 Clause No.107.0 of GCC pertaining to Arbitration shall be replaced by the following:-

31.1.1 All disputes, controversies, or claims between the parties (except in matters where the
decision of the Engineer-in-Charge is deemed to be final and binding) which cannot be
mutually resolved within a reasonable time shall be referred to Arbitration by sole
arbitrator.

31.1.2 The Employer (BGL) shall suggest a panel of three independent and distinguished persons
to the other party (Bidder/Contractor/ Supplier/Buyer as the case may be) to select any
one among them to act as the sole Arbitrator.

31.1.3 In the event of failure of the other party to select the sole Arbitrator within 30 days from
the receipt of the communication suggesting the panel of arbitrators, the right of selection
of sole Arbitrator by the other party shall stand forfeited and the Employer shall have
discretion to proceed with the appointment of the sole Arbitrator. The decision of the
Employer on the appointment of Sole Arbitrator shall be final and binding on the parties.

31.1.4 The award of the Sole Arbitrator shall be final and binding on the parties and unless
directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings
shall be shared equally by the Parties. The arbitration proceeding shall be in English
language and the venue shall be at Hyderabad, India.

31.1.5 Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996 and
the rules framed there under shall be applicable.

31.1.6 All matters relating to this contract are subject to the exclusive jurisdiction of the Courts
situated in Hyderabad (India).

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 24 of 57 177


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

31.1.7 Bidders/ Supplier/ Contractors may please note that the Arbitration & Conciliation Act,
1996 was enacted by the Indian Parliament and is based on United Nations Commission
on International Trade Law (UNCITRAL, model law), which were prepared after extensive
consultation with Arbitral Institutions and centres of International Commercial Arbitration.
The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL
Arbitration rules on 15 December 1976.

32.0 void

33.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM

33.1 The Contractor shall follow the specifications with respect to Project Planning, Scheduling
and Monitoring system as giving in Bidding Document.

34.0 CHECKING OF LEVELS

34.1 The Contractor shall be responsible for checking levels, orientation plan of all foundations,
foundation bolts, etc., well in advance of taking up the actual erection work and bring to
the notice of Engineer-in-Charge discrepancies, if any. In case of minor variations in
levels etc. the Contractor shall carry out the necessary rectifications to the foundations
within his quoted price.

34.2 The Contractor shall also be responsible for checking with templates, wherever necessary,
the disposition of foundation bolts with the corresponding bases of structure and shall
effect rectifications, as directed, within his quoted rate.

35.0 STORAGE FACILITIES

35.1 The Contractor shall maintain wherever required an air-conditioned room for the storage
of the instruments as well as for calibration and testing of the instruments at his own cost.
The contractor shall provide these facilities with in the quoted price.

36.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)

36.1 Clause No. 20.0 of GCC is modified to the following extent:

36.2 "In items rate contract where the quoted rates for the items exceed 50% of the owners/
estimated rates, such items will be considered as Abnormally High Rates Items (AHR) and
payment of AHR items beyond the SOR stipulated quantities shall be made at the least of
the following rates:

i) Rates as per SOR, quoted by the Contractor.

ii) Rate of the item, which shall be derived as follows:

a) Based on rates of machine and labour as available from the contract


(which includes contractor's supervision, profit, overheads and other
expenses).

b) In case rates are not available in the contract, rates will be calculated
based on prevailing market rates of machine, material and labour plus
15% to cover contractor's supervision profit, overhead & other expenses.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 25 of 57 178


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

37.0 BANK GUARANTEES

37.1 The provision relating to submission of Bank Guarantee from any Nationalized Bank
wherever appearing in above documents stand replaced by the following:

i) Bank guarantees towards Bid Security from any Indian scheduled bank or a
branch of an International bank situated in India and registered with Reserve
Bank of India as scheduled foreign bank in case of Indian bidder and from any
reputed International Bank or Indian scheduled bank in case of foreign bidder,
may be accepted. However, other than the Nationalized Indian Banks, the banks
whose BGs are furnished, must be commercial banks having net worth in excess
of Rs.1000 Million and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself

or separately on a letter head.

ii) Similarly, bank guarantees towards Performance and Advance Payments may be
accepted from any Indian scheduled bank or a branch of an International bank
situated in India and registered with Reserve Bank of India as scheduled foreign
bank in case of Indian bidder as well as foreign bidder. However, other than the
Nationalised Indian Banks, the banks whose BGs are furnished, must be
commercial banks having net worth in excess of Rs.1000 Million and a declaration
to this effect should be made by such commercial bank either in the bank
guarantee itself or separately on a letter head.

iii) Guarantee towards Bid Security/Contract and Equipment Performance / Advance


Payment may also be acceptable from All India Level Public Financial Institution
on case to case basis meeting the following criteria :

a) The Institution is All India Level Public Financial Institution.

b) It should be rated AAA by any rating agency like CRISIL.

c) The Institution should be authorised by way of Law/its memorandum to


issue such guarantee.

38.0 CENVAT BENEFITS

38.1 Contractor shall be required to provide the Employer with all documents necessary for the
Employer to claim Cenvat benefits on the countervailing duty and excise duty paid on the
materials to be supplied as per the Bidding document. Payment shall be made as per the
payment terms indicated in the Contract against the Contractor’s relevant running account
bills against receipt of requisite Cenvatable documents.

Contractor shall provide the Cenvatable Invoices (bearing Service Tax Registration
Number) equivalent to Cenvatable Service Tax quoted in the Price Schedule

In case the Contractor fails to provide the requisite Cenvatable documents to


Employer to enable Cenvat benefits of equivalent amount quoted in Price Schedule,
the Contract Price payable to the Contractor shall stand adjusted/reduced to the
extent of the shortfall. ”

39.0 COMPUTERIZED BILLS

Contractor shall submit computerized bills with duly printed Service Tax Registraion no.
etc.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 26 of 57 179


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

6. ANNEXURE TO SCC (Technical)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 27 of 57 180


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURES TO SCC (TECHNICAL)

CONTENTS

Annexure-1 : Scope of Work

Annexure-2 : Scope of Supply

Annexure-3 : Time Schedule

Annexure-4 : Measurement Work

Annexure-5 : Terms of Payment

Annexure-6 : Specification for Quality Assurance System requirements from


Bidders

Annexure-7 : Specification for Health, Safety and Environment (HSE)


Management

Annexure-8 : Conditions for issue & reconciliation of material

Annexure-9 : List of minimum nos. of construction equipment to be deployed

Annexure-10 : Minimum no. of skilled labour to be deployed

Annexure-11 : Schedule of Labour Rate

Annexure-12 : Schedule of Equipment Rate

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 28 of 57 181


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SCOPE OF WORK
(ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT –
TECHNICAL)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 29 of 57 182


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-1 TO SCC-TECHNICAL

1.0 SCOPE OF WORK

Scope of work shall be as detailed in Job Specification, Technical Specifications, Schedule


of Rates & various other parts of this Bidding Document.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 30 of 57 183


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SCOPE OF SUPPLY
(ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 31 of 57 184


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-2 TO SCC-TECHNICAL

1.0 SCOPE OF SUPPLY

1.1 Owner’s Scope of Supply

Owner’s scope of supply shall be as specified in Job Specification, Technical


Specifications, Schedule of Rates & various other parts of the Bidding Document.

Free Issue Materials shall be issued to the Contractor from the designated store(s) of
Owner. Contractor shall be responsible for lifting the free issue materials from Owner’s
storage point(s) and transporting the same to work site(s) at his own cost.

BGL’s designated store for free issue material of this project shall be located in Kakinada
City or its nearby region.

Conditions for Issue And Reconciliation of Materials shall be as per Document enclosed as
Annexure-8 to Special Conditions of Contract.

1.2 Contractor’s Scope of Supply

All materials except what is under Owner’s scope of supply as mentioned in Clause No.
1.1 above, and required for successful completion of works in all respects shall be
supplied by the Contractor and the cost of such supply shall be deemed to have been
included in the quoted price without any additional liability on the part of Owner.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 32 of 57 185


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

TIME SCHEDULE
(ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 33 of 57 186


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-3 TO SCC-TECHNICAL

TIME SCHEDULE

Name of Work Time of Completion

LAYING & CONSTRUCTION OF 10”; 6” & 4” NB 11 (Eleven) months for mechanical completion
U/G STEEL P/L NETWORK & ASSOCIATED of pipeline system and associated works
WORKS IN KAKINADA CITY including completion of TCP system from the
date of FOI and thereafter 1 (one) month for
commissioning.

Note:

1) The time of completion shall be reckoned from the date of award of contract, which shall
be the date of issue of letter/ Fax of Intent.

2) The time indicated is for completing all the works in all respects as per specifications,
codes, drawings and instructions of Engineer-in-charge.

3) It should be noted that the period of construction given above includes pre-construction
survey, preparation of design, other execution document / drawings, procurement and
supply of materials including their inspection & testing, mobilisation at site, installation,
construction, laying, fabrication, erection inspection, testing, rectification (if any), pre-
commissioning, commissioning, demobilisation and closure of contract etc. complete in all
respects to the entire satisfaction of Owner/ Engineer-in-charge.

4) Mechanical Completion shall mean completion of pipeline and station work including pre-
commissioning and make the system ready to start commissioning activities.

5) Commissioning shall mean activities including final drying, filling the nitrogen (if
required), commissioning with gas, testing of golden tie-ins, acceptance of final dossier
and all other relevant activities associated with Civil, Structural, CP, Instrumentation &
Telecom Works.

________________________________
(STAMP & SIGNATURE OF BIDDER)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 34 of 57 187


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

MEASUREMENT OF WORK
(ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 35 of 57 188


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-4 TO SCC-TECHNICAL

MEASUREMENT OF WORK

1.0 GENERAL

1.1 The mode of measurement shall be as mentioned in relevant standard specification


incorporated in the Bidding Document. Any other mode of measurements not covered in
above specifications shall be followed in accordance with relevant BIS codes/ Schedule of
Rates/ Specifications etc. and/ or as decided by Engineer-in-charge.

1.2 Payment will be made on the basis of joint measurements taken by Contractor and
certified by Engineer-in-charge. Measurement shall be based on “Approved for
Construction” drawings, to be the extent that the work conforms to the drawings and
details are adequate.

1.3 Wherever work is executed based on instructions of Engineer-in-charge or details are not
adequate in the drawings, physical measurements shall be taken by Contractor in the
presence of Engineer-in-charge.

1.4 Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram.
Linear measurements shall be in meters corrected to the nearest centimeters.

1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment. If
mountings for panels etc. are packed separately, their erection weights shall include all
mountings.

1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel work
shall be deemed to include the same.

1.7 No other payment either for temporary works connected with this Contractor for any
other item such as weld, shims, packing plates etc. shall be made. Such items shall be
deemed to have been included for in the rates quoted.

1.8 Measurement will be made for various items under schedule of rates on the following
basis as indicated in the unit column.

i) Weight : MT or Kg
ii) Length : M (Metre)
iii) Number : No.
iv) Volume : Cu.M
v) Area : Sq.M

2.0 PIPING

2.1 Length of pipes shall be measured along the curvilinear centre of the pipelines laid/
installed and shall include all types of specials, fittings, mitre bends etc. but excluding all
types of valves. Length of valves shall be excluded from piping measurement and shall
be considered on number basis.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 36 of 57 189


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.0 FOR HDD CROSSINGS

Payment shall be made as specified in SOR, PJS and Technical Specification.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 37 of 57 190


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

TERMS OF PAYMENT
(ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 38 of 57 191


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-5 TO SCC-TECHNICAL
TERMS OF PAYMENT

Pending completion of the whole works, provisional progressive payments for the
part of work executed by the contractor shall be made by Owner on the basis of said
work completed and certified by the Engineer-in-Charge as per the agreed milestone
payment schedule and the percentage break-ups given below.

Contractor shall submit his invoices to the Engineer-in-Charge fortnightly in the


manner as instructed by Owner. Each invoice will be supported by documentation
acceptable to Owner and certified by the Engineer-in-Charge. Payments made by
owner to the contractor for any part of the work shall not deem that the Owner has
accepted the work.

1.0 MAINLINE WORKS

1.1 Pipeline Laying with Associated Works

1.1.1 After grading, stringing, trenching, welding, NDT, : 55% progressively


joint coating, lowering, laying of HDPE Duct
(as per respective item rate of SOR), thermit
welding (as per respective item rate of SOR)
wherever required and Backfilling

1.1.2 Tie-in, NDT & field coating of tie-in joints, HDPE Duct : 10% progressively
jointing (as per respective item rate of SOR) and
backfilling of respective area.

1.1.3 Hydro-testing, dewatering and Swabbing : 15% progressively

1.1.4 Final cleanup and restoration (as applicable) of ROU : 5% progressively

1.1.5 Submission of as built drgs. and documents : 3% progressively


line pipe book etc.

1.1.6 Reconciliation of material : 2% progressively

1.1.7 Final completion, handing over of complete pipeline : 10%


system and acceptance of the system by Owner

Subject to the following -

i) The first stage payment of 55% as per sub-clause 1.1.1 above will be released on
lowering & backfilling of pipeline and no intermediate stage will be acceptable.
Further, for the purpose of payments a minimum continuous stretch of 1 km will be
considered.

ii) The second stage payment of 10% as per sub-clause 1.1.2 above will be released on
completion of continuous stretch of 4 km.

iii) For discontinuity on account of major crossings specified in SOR, crossing length shall
not be taken into account for (i) & (ii) above for payment purposes.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 39 of 57 192


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.2 For Lumpsum Items

For all lumpsum items included in schedule of rates (except lumpsum item rate of
major crossing if any), contractor may furnish price break-up for quoted lumpsum
items for the approval of Engineer-in-charge. Payment for such item either may
be paid accordingly as per approved price break-up schedule or as per Sl. No. 1.3
mentioned below. In this regard decision of Engineer-in-charge shall be final and
binding to the bidder.

1.3 Major Crossing & other items not covered above or elsewhere in the
Tender

1.3.1 Completion of individual item of work as per : 90% progressively


SOR including supplies wherever involved

1.3.2 After successful completion & handing over of pipeline : 10%


system

2.0 CATHODIC PROTECTION WORKS

The basis for payment against various items shall be below :

2.1 Tempopray Cathode Protection System

2.1.1 5% on design, supply & installation of Zn riboon anodes on carrier pipes at all the
cased crossings in scheduled time indicated in Annexure-III of SCC-TECHNICAL.

2.1.2 5% on design approval of TCP Package.

2.1.3 40% on supply and acceptance of material at site as per approved bill of material
indicated in TCP design package.

2.1.4 35% on installation, testing, pre-commissioning and commissioning.

2.1.5 5% on completion of all works in all respects and acceptance by Engineer-in-


charge.

2.1.6 10% on completion of monitoring period of TCP System & submission of as-built
documents & drawings.

3.0 SCADA & TELECOM WORKS

3.1 Optical Fibre Cable Laying with Associated Works

3.1.1 Completion of Laying/ Blowing of OFC in same : 30% progressively


Pipeline Trench

3.2.2 Supply & Erection of Jointing Pit, Jointing of OFC : 40% progressively
as per Specification

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 40 of 57 193


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.2.3 Final completion, handing over of complete : 30%


pipeline system and acceptance of the system by Owner

3.2 HDPE Duct Laying with Associated Works

3.2.1 Completion of Laying of Duct in same Pipeline : 30% progressively


Trench

3.2.2 Supply & Erection of blowing pit every km, duct : 20% progressively
jointing for testing & termination of duct in the pit
with end cap

3.2.3 Testing of HDPE Duct & Accessories after laying, : 35%


preparation of report as per Specification

3.2.4 Final completion, handing over of complete : 15%


pipeline system and acceptance of the system by Owner

3.3 Items Rate involving Supply & Erection both, Supply only, Erection only
etc.

3.3.1 For Supply Items


a) 70% on receipt of material at site and inspection.
b) 20% on installation and testing.
c) 10% after completion of all works in all respects and acceptance by
Engineer-in-charge.

3.3.2 For Erection Items


a) 80% on completion of installation.
b) 10% on testing.
c) 10% after completion of all works in all respects and acceptance by
Engineer-in-charge.

3.3.3 For Items involving both Supply & Erection

a) 60% on receipt of materials at site and inspection.


b) 20% after erection and alignment.
c) 10% on testing.
d) 10% after completion of all works in all respects and acceptance by
Engineer-in-charge.

3.4 For Lumpsum Items

For all lumpsum items included in schedule of rates, contractor may furnish price
break-up for quoted lumpsum items for the approval of Engineer-in-charge.
Payment for such item either may be paid accordingly as per approved price
break-up schedule or as per Sl. No. 3.5 mentioned below. In this regard decision
of Engineer-in-charge shall be final and binding to the bidder.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 41 of 57 194


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.5 Other items not covered above or elsewhere in the tender

3.5.1 Completion of individual item of work as per : 90% progressively


SOR including supplies wherever involved

3.5.2 After successful completion & handing over of SCADA : 10%


& Telecom System

4.0 TERMINALS WORKS

4.1 Piping & Mechanical, Electricals and Instrumentation Works

4.1.1 For Supply Items

a) 70% on receipt of material at site and inspection.


b) 20% on installation and testing.
c) 10% after completion of all works in all respects and acceptance by
Engineer-in-charge.

4.1.2 For Erection Items

a) 80% on completion of installation.


b) 10% on testing.
c) 10% after completion of all works in all respects and acceptance by
Engineer-in-charge.

4.1.3 For Items involving both Supply & Erection

a) 60% on receipt of materials at site and inspection.


b) 20% after erection and alignment.
c) 10% on testing.
d) 10% after completion of all works in all respects and acceptance by
Engineer-in-charge.

4.2 Civil & Structural Works

4.2.1 Completion of individual item of work including supplies : 90% progressively


as per SOR

4.2.2 Successful completion & handing over of terminal : 10%

4.3 For Lumpsum Items

4.3.1 For all lumpsum items included in schedule of rates, contractor may furnish price
break-up for quoted lumpsum items for the approval of Engineer-in-charge.
Payment for such item either may be paid accordingly as per approved price
break-up schedule or as per Sl. No. 4.4 mentioned below. In this regard decision
of Engineer-in-charge shall be final and binding to the bidder.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 42 of 57 195


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

4.4 Any other item not covered above or elsewhere in the tender

4.4.1 Completion of individual item of work as per : 90% progressively


SOR including supplies wherever involved

4.4.2 After successful completion & handing over of terminal : 10%

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 43 of 57 196


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SPECIFICATION
FOR
QUALITY ASSURANCE SYSTEM REQUIREMENTS
(Annexure - 6 to SCC-TECHNICAL)
(For Details – Refer our Technical Specification No. 05/62/S/66 of the
same enclosed in Vol-II of the Tender)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 44 of 57 197


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

STANDARD SPECIFICATION
FOR
HEALTH, SAFETY AND ENVIRONMENTAL (HSE)
MANAGEMENT AT CONSTRUCTION SITES
(ANNEXURE – 7 to SCC-TECHNICAL)
(FOR DETAILS – REFER OUR TECHNICAL SPECIFICATION No.
05/62/S/65 OF THE SAME ENCLOSED IN VOL-II OF THE TENDER)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 45 of 57 198


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

CONDITIONS FOR ISSUE AND


RECONCILIATION OF MATERIAL
(ANNEXURE – 8 to SCC-TECHNICAL)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 46 of 57 199


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-8 TO SCC-TECHNICAL

1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material
in addition to other conditions specified in the contract shall be applicable.

1.1 Necessary indents will have to be raised by the Contractor as per procedure laid
down by the Engineer-in-charge from time to time, when he requires the above
material for incorporation in permanent works.

1.2 Materials will be issued only for permanent works and not for temporary works,
enabling works etc. unless specifically approved by the Engineer-in-charge and the
same shall not be taken into account for the purpose of materials reconciliation.

1.3 The contractor shall beer all other cost including lifting, carting from issue points to
work site/ contractor’s store, custody and handling etc. and return of surplus/
serviceable scrap materials to Owner’s storage points to be designated by the
Engineer-in-charge etc. No separate payment for such expenditure will be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass.

1.5 The contractor shall be responsible for proper storage, preservation and watch &
ward of the materials.

1.6 Reconciliation of Owner supplied materials

1.6.1 Every month, the contractor shall submit an account for all materials issued by
Owner in the proforma prescribed by the Engineer-in-charge. On completion of the
work the contractor shall submit “Material Appropriation Statement” for all materials
issued by the Owner in the proforma prescribed by the Engineer-in-charge.

All coated line pipes as per line pipe specifications enclosed elsewhere in the bidding
document, shall be issued on linear measurement basis. Optical Fibre Cables shall
be issued in drum lengths of 4 km on linear measurement basis. Joints etc. shall be
issued on number basis. All other piping materials shall be issued on numbers basis.
All cut pieces pipes measuring in length measuring 2m to 9m when returned to
Owner’s storage points after bevelling, shall be considered as serviceable material.
All cut pieces of pipes measuring less than 2m will be treated as wastage/ scrap. All
pipes above 9m will be considered as good pipe.

a) For the purpose of accounting of coated line pipes following maximum allowances
shall be permitted.
i) Unaccountable wastage 0.1%
ii) Scrap (all cut pieces of pipes measuring less than 2 m) 0.25%
iii) Serviceable materials (all cut pieces of pipes measuring 0.5%
2m upto 9m)

Unaccountable wastage/ scrap shall be at actuals as per site assessment subject to


maximum as stated above.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 47 of 57 200


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

The percentage allowance shall be accounted on the basis of final weld book
chainage for main pipeline and erected/ approved fabrication drawings for station
piping as mentioned below :

b) For the purpose of accounting of station piping, all cut pieces measuring in length of
1m and above when returned to Owner’s storage points after bevelling, shall be
treated as serviceable materials. All cut pieces of pipes measuring less than 1m will
be treated as scrap.

For the purpose of station piping following maximum allowances shall be permitted:

i) Unaccountable wastage 0.1%


ii) Scrap (all cut pieces of pipes measuring less than 1 m) 1.0%
iii) Serviceable materials (all cut pieces of pipes measuring 2.0%
1m and above)

Unaccountable wastage/ scrap shall be at actuals as per site assessment subject to


maximum as stated above.

c) For the purpose of accounting of optical fibre cable & other materials used in
telecommunication works. Reconciliation work for Owner supplied materials shall be
carried out as per the scope detailed in Job Specification, SOR and relevant
specification enclosed elsewhere with the tender.

For the purpose of cables following maximum allowances shall be permitted :


i) Unaccountable wastage 0.1%
ii) Scrap (all cut pieces of cables measuring less than 40m) 0.25%
iii) Serviceable materials (all cut pieces of cables measuring 0.25%
40 meter and above)

Unaccountable wastage/ scrap shall be at actuals as per site assessment subject to


maximum as stated above.

1.6.2 All unused, scrap materials and salvageable materials shall be the property of the
Owner and shall be returned by the Contractor category-wise at his cost to the
Owner’s designated store yard(s). In case the Contractor fails to do so/ or exceeds
the limits of allowances specified above for scrap/ serviceable materials, then
recovery for such quantities not returned as well as returned in excess of permitted
limit by the Contractor will be done at the penal rate i.e. 125% of landed cost at the
time of final bill/ closing of contract by Engineer-in-charge shall be effected from the
Contractor’s bill(s) or from any other dues of the Contractor to the Owner.
Contractor shall be responsible for the adjustment/ weighment/ measurement of the
surplus materials to be returned to the store. Contractor shall also be responsible
for suitable segregation of returned materials into separate stacks of serviceable and
scrap materials.

1.6.3 Wherever certain material is covered under Contractor’s scope of supply whether
part or in full for any item of work covered under SOR, no allowance towards
wastage/ scrap etc. shall be accounted for during execution stage.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 48 of 57 201


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

MINIMUM NO. OF MAJOR EQUIPMENTS &


MOBILISATION OF EQUIPMENT TO BE
DEPLOYED
(Annexure-9 of Special Condition of Contract)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 49 of 57 202


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-9 TO SCC

LIST OF MINIMUM NOS. OF CONSTRUCTION EQUIPMENT TO BE DEPLOYED

Sl. No. Equipment Description Qty. (Nos.)


1. Grader 1
2. Dozer with Ripper – D7/D6 or Equivalent 1
3. Excavator / Back Hoe-Ex 100 Above / Equivalent 2
4. Hydra (8 – 10 MT) 8
5. DG Welding Machines 15
6. Bevel Cutting Machine –Manual 2
7. Horizontal Auger Boring Machine with Rock breaking tool 1
8. Tyre Mounted Cranes (30 MT) As required
9. HDD Rig with All Equipments & Accessories (Min. Cap. 25 T) 1
10. X-Ray M/C – External / Internal 1
11. Gamma Source 1
12. Manual UT Machine As required
13. Rock Breaking Machine with Excavator As required
14. Water Lifting / Filling Pumps (400 TO 1000 M3 /HR) 1
15. Pressurization Pump – Motorized 1
16. Air Compressor – (300CFM) 2
17. Air Compressor – (600 CFM) 1
18. D.G. Sets : 125 KVA to 200 KVA (inclusive of generators) 2
19. Dewatering Pump 4
20. Holiday Detector Unit 6
21. Dozing Pump As required
22. Dead WT Tester 1
23. Pipe Trailers 2
24. Pipe Clamp – External 10” / 6” / 4” 4/2/2
25. Pneumatic Drill (Tractor mounted for blasting) with Compressor 2
26. Sand Blasting Unit 4

Note:
1. Bidder is required to mobilise the above minimum critical equipments in good working condition
and suitable to lay this 10” / 6” / 4” diameter pipeline. Bidder is required to augment the above list
with additional numbers / categories of equipments as per actual requirement and instruction of
Engineer-In-Charge without any additional financial implication to client.
2. Bidder shall open minimum three nos. working fronts / crews for mainline execution works, one
no. working fronts for terminals executions works and separate one no. working front for Crossing.
However, as per actual site condition, or if Engineer-In-Charge feel necessary, bidder is required
to deploy / open either more no. of working spreads or additional no. of working fronts / crews
within specified length alongwith deployment of additional quantity of equipment to meet the
stipulated completion / time schedule, without any additional financial implication to client.
3. Equipments required for ROW, GRADING, TRENCHING, ROCK BREAKING are required to be
mobilised within 21 DAYS after award of contract and equipments for other activities within ONE
MONTH. However contractor to ensure WELDING & NDT procedure and welders are qualified
within ONE MONTH time after award of contract.
4. Bidder shall replace any defective / damaged equipments promptly to complete the work without
any time & cost implication to the client / owner.
5. After completion of certain activities, in case equipments are not required the same can be
demobilised with prior approval of Engineer-In-Charge.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 50 of 57 203


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

MINIMUM NO. OF SKILLED MANPOWER TO


BE DEPLOYED
(Annexure-10 of Special Condition of Contract)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 51 of 57 204


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-10 TO SCC

MINIMUM NUMBER OF SKILLED MANPOWER TO BE DEPLOYED

Sl. DESCRIPTION REQUIREMENT


No
1. Resident Construction Manager 1
2. Planning engineer 1
3. QA/ QC engineer 1
4. Safety officer 1
5. Quantity Surveyor 1
6. Welding/ NDT engineer 2
7. Foreman / Supervisor 10
8. Civil surveyor 1
9. Document controller 1
10. Store keeper / store in-charge 1/1
11. Welder 15
12. Fitter 3
13. Grinder 9
14. Machine operator As required
15. Electrician / Machine mechanic 1/1
16. Rigger 20
17. Drivers As required
18. Pipe bending operator 1
19. Rock breaker crew As required
20. Thrust/ Hor. Auger Boring crew 1
21. X-ray / Gamma Ray crew 1/1
22. Hydrotesting crew 1
23. Field joint coating crew 2
24. Holiday testing crew 3
25. HDD crew 1 (Refer Note1)
26. HDPE Duct / OFC Jointing Crew 1
27. TCP Crew 1
28. Civil survey crew (with equipment) 1
29. Station civil works (carpenter/bar-bender/mason/fitter etc.) As required
30. Unskilled workers / Civil Labour 50
31. Station mechanical erection & testing crew 1

The above proposed list of skilled manpower is the minimum to be deployed by Contractor.

NOTE :-

(1) HDD equipment and Crew as required shall be deployed based on the Scope of Work finalized
and as per instruction of EIC.
(2) The details of minimum manpower required to be mobilized by the execution contractor to
complete the entire work within schedule given above and is not exhaustive. Contractor is required
to augment the above list with additional numbers/categories of workmen as required and directed
by Engineer-In charge to complete the work within the completion time schedule and quoted price.
(3) The Manpower as identified above, should have required qualification and adequate relevant
experience.
(4) Contractor shall mobilize Resident Construction Manager, QA/QC Engineer, Planning Engineer,
Safety Officer who will be the permanent employees of the Contractor.
(5) CV of proposed Resident Construction Manager, QA/QC Engineer, Planning Engineer & Safety
Officer to be submitted along with the bid. The experience should be minimum 5 years related to
execution of Cross Country or City Gas Hydrocarbon Transportation Pipeline laying.
(6) These manpower are to be mobilized within 30 days of award of work.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 52 of 57 205


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SCHEDULE OF LABOUR RATES


(Annexure-11 of Special Condition of Contract)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 53 of 57 206


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE –11 to SCC

SCHEDULE OF LABOUR RATES FOR EXTRA WORKS

1. The Labour rates are “all inclusive”. These rates include but are not limited to all payroll costs
and allowances, payroll taxes, fringe benefits, protective and/or special clothing, construction
supplies required for work of a nature included in this contract, overhead, profit insurance,
transportation and travel time.

2. The rates are inclusive of providing hand tools, machinery such as welding machine, grinding
machine, gas/welding cutting set and consumables such as fuel, lubricants, electrodes, filler
wire, gases, grinding wheels where the concerned category of labour is expected to use in
execution of the job but exclusive of all major equipment and machinery like cranes.

3. The normal time labour rates shall apply for all hours worked upto eight (8) hours in a day and
overtime rates shall apply for all hours worked in excess of eight (8) hours in one working day,
Sunday and Public Holidays. The payment for part of the day shall be made on prorata basis.
___________________________________________________________________________

Sl. Classification Rates per day of Rate per hour for


No. Personnel Normal Hours OT, Sunday & Holiday
___________________________________________________________________________
(in Rs.) (in Rs.)
___________________________________________________________________________

1. Foreman 800 200


2. Supervisor 800 200
3. Engineer 1500 300
4. Gas Cutter 300 80
5. Grinder 400 80
6. Brick Mason 250 60
7. Structural welder 500 60
8. Qualified Arc welder –CS manual 1000 100
9. Welder helper 250 100
10. Pipe Fitter /Bender 500 80
11. Structural Fitter 200 60
12. Pipeline Fitter 600 100
13. Coater 300 60
14. Mechanic 200 60
15. Site Equipment Operator 300 60
16. Electrician 250 80
17. Fabricator 250 80
18. Painter 200 60
19. Cable Jointer 250 100
20. Instrumentation Technician 250 100
21. Insulator 200 60
22. Rigger 200 60
23. Bhisti (water man) 200 30
24. Heavy duty driver 300 80
25. Light duty driver 200 60
26. Sand Blaster 200 60
27. Surveyor 250 60
28. Un skilled Worker 200 40

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 54 of 57 207


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

29. Construction Manager 2000 500


30. QOEC / Safety / Planning / 1200 350
NDT Engineer

_______________________
(SIGNATURE OF BIDDER)

NOTES:-
1. Rates are final and Tenderer is to sign only without deviation.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 55 of 57 208


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SCHEDULE OF EQUIPMENT RATES FOR EXTRA


WORKS
(Annexure-12 of Special Condition of Contract)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 56 of 57 209


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ANNEXURE-12 TO SCC

SCHEDULE OF EQUIPMENT RATES FOR EXTRA WORKS

SL. DESCRIPTION OF EQUIPMENT HIRING/RECOVERY RATES(IN INR)


NO. PER DAY(MINIMUM 8 HOURS)
INCLUDING CONSUMABLES
1. Grader Rs.2000/-
2. Dozer – D7/D6 or Equivalent Rs.3400/-
3. Excavator / Back Hoe-Ex 100/200/300/Equivalent Rs. 2000/-
4. Hydra (8 – 10 MT) Rs. 2500/-
5. Pipe Layer/Side Boom 60 T / 40 T Rs. 3000/-
6. Horizontal Auger Boring Machine (Carrier 10”) with Rs. 3000/-
Rock Breaking Tools
7. HDD Rig with All Equipments & Accessories Rs.20000/-
8. Rock Breaking Machine with Excavator Rs.2500/-
9. Pipe Bending Machine – 10” Rs. 3000/-
10. DG Welding machine Rs. 200/-
11. Tyre Mounted Cranes (30 MT) Rs. 2500/-
12. Water Lifting / Filling Pumps(400 TO 1000 M3 /HR) Rs. 700/-
13. Pressurization Pump – Motorized Rs. 1000/-
14. Dewatering Pump Rs.400/-
15. Dozing Pump Rs.200/-
16. Pipe Clamp – External 10” / 6” / 4” Rs. 100/-
17. Holiday Detector Unit Rs. 400/-
18. D.G. Sets : 125 KVA to 200 KVA Rs. 1000/-
19. Grinding machine Rs. 200/-
20. Gas cutting set with cylinders Rs. 200/-
21. Air Compressor – (300CFM) Rs. 1100/-
22. Air Compressor – (600 CFM) Rs. 1100/-
23. Trucks Rs. 750/-
24. Car/Jeep Rs. 800/-
25. Tractor with trolley Rs. 400/-
26. Tripod with 5 Tons Chain Pulley Block Rs. 300/-
27. Pipe Trailers Rs. 1350/-
28. X-Ray M/C – External Rs. 1800/-
29. Gamma Source Rs. 600/-
30. Manual UT Machine Rs. 50/-
31. Pneumatic Drill (Tractor mounted for blasting) with Rs. 1500/-
Compressor

(SIGNATURE OF BIDDER)

NOTES:-

1. Rates are final and Tenderer is to sign only without deviation.

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SCC TechKaki.doc Page 57 of 57 210


LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

PARTICULAR JOB SPECIFICATION


FOR MAINLINE, MECHANICAL &
ASSOCIATED WORKS

Page 1 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
211
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

CONTENTS

Sl.No. Description

1.0 General & Project Description

2.0 Work Tendered

3.0 Scope of Work

4.0 Scope of Supply

5.0 Documents, Specifications, Standards & Drawings

6.0 Resources/ Facilities

7.0 Project Scheduling & Monitoring

8.0 Construction

9.0 Documentation

10.0 Survey and Level/ Setting out Work

11.0 Order of Works/ Permissions/ Right of Entry/ Care of Existing Services

12.0 Make of Material/ Bought Out Items

13.0 Inspection of Supply Items

14.0 Escalation

15.0 Documents to be submitted alongwith R.A. Bills

16.0 Insurance for Free Issue Material

17.0 Special Points pertaining to Specification

18.0 Appendix-I (List of Approved Parties for Bought out items)

19.0 Appendix-II (List of Data Sheets)

20.0 Appendix-III (List of Crossings)

Page 2 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
212
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.0 GENERAL & PROJECT DESCRIPTION

1.1 GENERAL

1.1.1 Special Condition of Contract shall be read in Conjunction with the General
Conditions of Contract, specification of work, Drawing and any other documents
forming part of this contract wherever the context so requires.

1.1.2 Notwithstanding the sub-division of the documents into these separate sections
and volumes every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the contract
so far as it may be practicable to do so.

1.1.3 Where any portion of the General Condition of Contract is repugnant, to or at


variance with any provisions of the Special Conditions of Contract, unless a
different intention appears, the provisions of the Special Conditions of Contract
shall be deemed to over-ride the provisions of the General Condition of Contract
and shall to the extent of such repugnancy, or variations, prevail.

1.1.4 The materials, design and workmanship shall satisfy the relevant INDIAN
STANDARDS, the TECHNICAL SPECIFICATIONS contained herein and CODES
referred to. Where the technical specification stipulate requirements in addition
to those contained in the standard codes and specifications, these additional
requirements shall also be satisfied.

1.1.5 Wherever it is mentioned in the specifications that the CONTRACTOR shall


perform certain work or provide certain facilities, it is understood that the
CONTRACTOR shall do so at his cost and the VALUE OF CONTRACT shall be
deeded to have included cost of such performance and provisions, so
mentioned.

1.1.6 It will be Contractor’s responsibility to bring to the notice of Engineer-in-charge


any irreconcilable conflict in the contract documents before starting the work(s)
or making the supply with reference which the conflict exists.

1.1.7 In the absence of any specifications covering any material, design of work(s)
the same shall be performed/ supplied/ executed in accordance with Standard
Engineering Practice as per the instructions/ directions of the Engineer-in-
charge, which will be binding on the Contractor.

Page 3 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
213
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.2 PROJECT DESCRIPTION

M/s Bhagyanagar Gas Limited (BGL) intends to lay underground steel pipeline
network of various sizes along with associated facilities from Gail existing lines
at K J Point and GFCL in order to make natural gas available for facilities
enumerated under project details in Kakinada City. The present tender deals
with Laying of Steel Pipeline in municipal areas of pedapuram,
Pethapuram,samalkot & kakinada city area..

The 10” NB Steel Pipeline will originate from Gautami to Collectors Office via KJ
Point & from Collectors Office to Thimmapuram via Sarpavaram Junction.
Another Steel Pipe Line from KJ Point to Sarpavaram Junction and from
Sarpavaram Junction to GFCL (GAIL) Vakolpudi (approx. 46.0 km).

The 6” NB x 19.0 km Steel Pipeline will be laid from Gautami to Peddapuram ,


from Thimmapuram to Pithapuram & From GFCL (GAIL) to DRS at Beach Road.

The 4” NB x 10.0 km Steel Pipeline will be laid from Gautami to DRS, Samalkot,
GFCL (GAIL) to CGS I; at Beach Road from Collectors Office to DRS & OLS at
Turangi; and other spur lines to various OLS (4 Nos.) and one RTC Bus Depot.

SV Stations shall be made at various location on proposed 10” & 6” NB steel


pipeline network at inter-distance of approx. 2.5 km to 3.0 km or as per
instruction of Owner.

Entire buried pipeline network system shall be cathodically protected by


providing TCP System.

HDPE Duct shall be laid along with entire underground steel pipeline network
and blowing OFC in entire length of HDPE duct and its associated works as
provision for proposed SCADA & Telecom system implementation to facilitate
proper operation and management control of the pipeline.

Fabrication & erection of above ground piping system including, but not limited
to the associated works including hook up at CGS I & II

All associated Civil, Structural, Electrical & Instrumentation work for entire
pipeline network.

Installation & Erection of metering skid at GGS I & II.

Testing, pre-commissioning & assistance in commissioning of entire pipeline and


piping system.

Brief scope of work for above is mentioned below in Table-A and Table-B under
Clause no. 1.2.1.

Page 4 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
214
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Project Details

Description of Sections - Mainline and Terminals / Stations

1.2.1 General

The work being tendered is covered as indicated below :


Table – A
Sl. Sections Pipeline Length Brief Scope of Work
No. Dia (Approx.)
1. Steel Pipe Line from 10” NB 46 km - Laying of Pipeline along with
Gautami to Collectors HDPE Duct for OFC and its
Office via KJ Point & blowing.
from Collectors Office to - Complete works of tapping for
Thimmapuram via all sizes on proposed 10” NB
Sarpavaram Junction. Steel Pipeline.
Another Steel Pipe Line - Hook-up works at proposed
from KJ Point to facilities, wherever required.
Sarpavaram Junction - Construction of SV Stations,
and from Sarpavaram wherever required as specified
Junction to GFCL (GAIL) above in clause no.1.2.
Vakolpudi (Refer - Testing, pre-commissioning
Attached Drg. No. and assistance in
MEC/23L7/05/25/P/Kaki commissioning.
nada/02, Rev. 2)
2. From Gautami to 6” NB 19 km - Laying of Pipeline along with
Peddapuram; HDPE Duct for OFC and its
From Thimmapuram to blowing.
Pithapuram & From GFCL - Complete works of tapping for
(GAIL) to DRS at Beach all sizes on proposed 6” NB
Road. (Refer Attached Steel Pipeline.
Drg. No. - Hook-up works at proposed
MEC/23L7/05/25/P/Kaki facilities, wherever required.
nada/02, Rev. 2) - Construction of SV Stations,
wherever required as specified
above in clause no.1.2.
- Testing, pre-commissioning
and assistance in
commissioning.
3 From Gautami to 4” 10 Km - Hook-up works at proposed
DRS,Samalkot, GFCL facilities, wherever required.
(GAIL) to CGS I; at - Testing, pre-commissioning
Beach Road. from and assistance in
Collectors Office to DRS commissioning
& OLS at Turangi; and
other spur lines to
various OLS ( 4 Nos) and
one RTC Bus Depot.
(Refer Attached Drg. No.
MEC/23L7/05/25/P/Kaki
nada/02, Rev. 2)

Page 5 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
215
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

TABLE-B
FACILITIES ENVISAGED IN VARIOUS STATIONS

Type of Nos Locations Station steel piping including


Station Installation & Hook Up of
Compressors / DRS / MRS
Mother 1 Vakolpudi From above ground isolation valve
Station (Refer Attached Drg. No. at the entry of stn. to. inlet of
MEC/23L7/05/25/P/Kakin compressor (for 2 nos.
ada/02, Rev. 2) compressors)
Installation & Hook up of DRS
(ref. Typical Layout drg. of
Station.)
On line 4 As per attached drawing From aboveground isolation valve
stations No. / underground tap-off at the entry
MEC/23L7/05/25/P/Kakin of stn. to. Inlet of compressor (1
ada/02, Rev. 2. No.).
DRS 3 As per attached drawing From aboveground isolation valve
No. / underground tap-off at the entry
MEC/23L7/05/25/P/Kakin of stn. to. Inlet of DRS (1 No.).
ada/02, Rev. 2.
Note:

1. BGL reserves the right to change the name of stations and


accordingly their locations depending upon the availability of Plot
by BGL.

2. All above stations shall be handed over to the contractor in a


phased manner depending upon the availability of Plots by the
BGL within a time period as stipulated in Annexure-3 to SCC
(Tech), which shall be considered as the validity of the subject
works contract.

3. The contractor shall have to deploy his manpower within Two


(02) days and all Steel Aboveground Piping Works including Hook-
up with Pressure reduction Stations shall be completed in all
respect within 7 days from the time of intimation for execution of
work / date of handing over of site by Engineer-in-charge / BGL.

4. The contractor shall bound to carry out all works simultaneously


for any number of stations that may be handed over to him by
Owner.

1.2.2 Description of the facilities covered in the above are described in following
clauses.

1.2.2.1 Main Pipeline for all sections

• Line Size : 10”, 6” & 4” NB


• Line Length : 46.00; 19.00 & 10 km
respectively
• Class : 300 #

Page 6 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
216
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

• Design Pressure : 49 kg/cm2(g)


• Material of Pipe & Grade : API 5L X-42 for 10” NB
and Gr. B for 6” & 4”.
• Wall Thickness : 6.4 mm

• Coating Material : 3 Layer PE


• Design Code : ANSI/ ASME B31.8 (Latest
Edition)
• Corrosion Allowance : 0.5mm
• Major Water Crossings : As per SOR
• Major Road Crossings : As per SOR
• Rail Crossings : As per SOR
• Gas Temperature (Design)
- Buried : 45°C
- Overground : 65°C
• Cathodic Protection Works : As per PJS & SOR
• Telecommunication Works : As per PJS & SOR

Associated underground piping works along with installation of Barred Tees,


Insulating Joints, all type & sizes of valves; Civil Works, Structural Works and
Instrumentation Works.

1.2.2.2 Terminals / Stations

i) Aboveground 4” NB & below sizes Piping Works inside proposed CGS


cum Mother Station & Pressure reduction metering Stations

– Gear & hand operated valves of different sizes and types of all ratings.
– Provision shall be kept for future tap-off, wherever required.
– Local mounted instrument such as PG, TG.
– Installation of aboveground Insulating Joints, wherever required.
– Associated civil, structural and instrumentation works.

ii) SV Stations at various locations

– Burried installation of gas actuated extended stem full bore ball valves,
ball/ globe valves of different sizes with above ground gas venting
facilities shall be provided at every alternate SV Station as per drawing.
– Burried installation of future tap-off provision.
– Burried installation of Insulating Joints at all tap-off points, wherever
required in-addition to SV stations.
– Burried installation of all types and sizes of valves on mainline & branch
line.
– Associated piping, civil, structural & instrumentation works.

2.0 WORK TENDERED

2.1 The work tendered in this bid package consists of supply (in CONTRACTOR's
scope), fabrication, installation, testing and commissioning of the mainline, tap-
off stations, CGS cum Mother Station ,Pressure Reduction station and SV

Page 7 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
217
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

stations including all associated mechanical, civil, structural, telecom,


instrumentation works.

2.2 All works of the section & terminals included in the scope will be done
simultaneously from the date of issue of FOI. Bidder will organize equipment
and manpower accordingly to meet this requirement as per instruction of
Engineer-in-charge.

3.0 SCOPE OF WORK

The scope of work shall generally be, but not limited to the following:-

3.1 Procurement

3.1.1 CONTRACTOR shall procure and supply all the materials other than OWNER
supplied materials, required for permanent installation of main pipeline and
terminals in sequence and at appropriate time. All equipment, materials,
components etc. shall be suitable for the intended service. Approved vendor list
has been indicated in the bid package for various items. For items which are not
covered in the vendor list, CONTRACTOR shall obtain Owner’s prior approval for
the vendor. Equipment requiring specialized maintenance or operation shall be
avoided as far as possible. Equipment offered shall be field proven.

3.1.2 CONTRACTOR shall procure all materials, components, equipment, consumable


etc. required for successful completion of the pipeline system. CONTRACTOR
shall also procure and supply spares required for pre-commissioning and
commissioning/ start up as recommended for all items supplied by him as per
specifications provided in the bid package. Where no specification is available in
the contract, the same shall be prepared by the CONTRACTOR based on the
piping material specification and shall be subject to Owner’s approval.

3.1.3 Material take-off with complete description of size, rating material and
thickness.

3.1.4 Only single offer shall be provided by the bidder fully complying to
specifications/ drawings/ requirements for Owner’s review and approval.
CONTRACTOR shall provide for inspection of the items at vendor’s works by the
OWNER/ Owner’s REPRESENTATIVE or by a reputed inspection agency and
shall submit inspection reports for Owner’s clearance.

3.1.5 Stores management including receipt, warehousing, preserving the material in


good condition, issue of material to construction site, reconciling/ handing over
surplus material to OWNER for OWNER supplied items.

3.1.6 Carryout proper documentation of inspection and quality assurance


programmes for all equipment and bulk materials duly approved by OWNER.
CONTRACTOR shall maintain an accurate and traceable listing of procurement
records for the location, quality and character of all permanent materials in the
Project.

Page 8 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
218
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.1.7 CONTRACTOR shall immediately report to the OWNER of all changes which will
affect material quality, and recommend any necessary corrective actions to be
taken.

3.1.8 Submit periodic manufacturing progress reports highlighting hold ups and
slippages, if any, to OWNER and take remedial measures.

3.1.9 Interact with authorities such as Sales Tax, Octroi, Excise, Customs etc. as
necessary and arrange for transportation of the materials under his scope of
supply to site.

3.1.10 All purchase requisitions including purchase orders shall be approved by


OWNER/ Owner’s REPRESENTATIVE.

3.1.11 Compliance with vendors and supplier’s instructions and recommendations for
transportation, handling, installation & commissioning.

3.2 Construction

3.2.1 General

3.2.1.1 All construction works shall be carried out as per “Approved for Construction”
drawings, procedures, specification and applicable codes and standards. Any
changes at site shall also need prior approval from the OWNER and revision of
drawings. Construction drawings will be submitted by the Contractor in a
phased manner for owner’s approval in accordance with the procurement and
construction plan prepared and furnished by contractor & agreed by Owner.
Owner will take minimum 7 working days from the date of submission of the
documents / drawings submitted by the contractor for owner’s comments /
approval.

3.2.1.2 Statutory Approvals

The Owner shall provide to the Contractor the basic / in principal approval for
laying the pipeline. However, the Contractor at his own initiative shall obtain all
permissions, permits and licenses necessary for the performance of the work. If
any such permission, permit or license required for the performance of the work
by the contractor can only be granted at the request or recommendation of the
Owner, the Owner shall at the request of the Contractor, provide
recommendatory letters to the contractor to obtain or procure the same. The
contractor shall not, however be entitled to any additional compensation over
and above contracted rates of services for any hardship or increased cost
caused by any idleness, suspension or disruption of work or any other account
whatsoever as a result of the inability of the contractor to obtain the
permission(s), permit(s), license(s) aforesaid to match with the progress of the
work nor shall the same constitute a ground for extension of time.

a) The approval from all Authorities required as per statutory rules and
regulations including but not limited to Central/ State Government, PWD,
Irrigation Deptt., Municipality, Police, Railways, Fire Brigade, Panchyat and

Page 9 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
219
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

from Pvt. & Govt. agencies etc. shall be the contractor’s responsibility unless
otherwise specified in the tender document. The application on behalf of the
Owner for submission to relevant authorities along with copies of required
certificates complete in all respects shall be prepared and submitted by the
Contractor well ahead of time so that the actual construction/
commissioning of the work is not delayed for want of the approval/
inspection by concerned authorities. The Contractor shall arrange the
inspection of the works by the authorities and necessary coordination and
liaison work in this respect shall be the responsibility of the Contractor.
However statutory fees paid, if any, for all inspections and approvals by
such authorities shall be reimbursed at actuals by the Owner to the
Contractor on production of documentary evidence.

b) The defective work resulting from poor workmanship and/ or material


supplied by contractor, as pointed out by any statutory authority shall be
rectified by the contractor at no extra cost to the Owner. Any change/
addition required to be made to meet the requirements of the statutory
authorities; the same shall be carried out by the contractor free of charge.
The inspection and acceptance of the work by statutory authorities shall,
however, not absolve the contractor from any of his responsibilities under
this contract.

3.2.1.3 The Contractor shall comply with all the conditions and requirements issued
by Authorities having jurisdiction in the area where the work is to be
performed.
It shall be the Contractor’s sole responsibility to make arrangements for land
for setting up of its string fabrication yards, all storage areas for line pipe and
other materials, wherever required, and all other work areas.

The Contractor shall make all arrangements for access to his work site at his
own cost and responsibility. If no public road exists Contractor shall arrange
on his own for access to his work area at no extra cost to the COMPANY.

The CONTRACTOR shall be responsible for claims if any arising out of damage/
obstruction to public utilities like lines of DOT etc. where the claims will cover
the restoration costs as well as loss of revenue due to down time.

3.2.1.4 Providing schedules, progress reporting, organization chart at construction site,


quality assurance plan and developing quality control procedures, as per
requirements indicated elsewhere in the bid package.

3.2.1.5 Coordination and supervising the work of sub-contractors.

3.2.1.6 Transportation of appropriate materials and taking delivery of Company supply


materials, store, worksite, intermediate storage points, maintaining and
operating an adequate material control procedure at worksite.

3.2.1.7 Fabrication of all piping, structural components as per approved drawings.

Page 10 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
220
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.2.1.8 All civil / structural works, laying and preservation / commissioning of pipeline
works shall be performed in accordance with relevant specifications and
requirements enclosed elsewhere in the bid package.

3.2.1.9 CONTRACTOR shall provide complete details of manpower, equipment etc. to


be deployed. Mobilizing and providing all equipments, manpower (skilled and
unskilled), consumable and other resources etc. for each spread as required for
the execution of the complete job defined herein and thereafter demobilizing
the same upon completion of work.

3.2.1.10 Provide, maintain and operate all temporary facilities required for the
construction related works and remove after completion of work. Providing
barricading at trench in city area as per instruction of engineer in charge for
safety
3.2.1.11 Hook up/ tie-in of pipeline and SV stations buried / aboveground piping system.

3.2.1.12 All works related to testing, dewatering, swabbing, drying pre-commissioning


and preservation / commissioning of the work tendered.

3.2.1.13 Idle time preservation of pipeline, if required.

3.2.1.14 All incidental and associated works and any other works not specifically listed
therein but are required to be carried out to complete entire work related to
pipelines and terminals.

3.2.2 Main Pipeline

3.2.2.1 Topographic Survey

The contractor shall be deemed to have to familiarized themselves with route


prior to quoting and take care of all the eventualities. No extra cost shall be
admissible in any form at a later date. The survey drawings & details to the
extent available are being furnished to the Bidder along with bid document.
Any additional survey/ route survey and their details required either for local
detours during execution or for which the survey work for sections of pipeline
have not been carried out by owner, shall be carried out by contractor in
similar manner without any extra cost to the owner. However, laying and
construction of entire pipeline including detoured portion and pipeline
section/ sections of pipeline for which survey work has not been carried out
by Owner, shall be within the scope of contractor without any cost
implication. Contractor shall be deemed to have considered such
survey works while formulating his bid. Pipeline route map showing the
pipeline tentative route are enclosed with the bid package.

Preliminary schematic layout of city gas steel pipeline grid & CNG facilities
Kakinada city, Typical arrangement of SV stations drawings and other
standard drawings are included in the Bid Package. These drawings are
indicative & tender purpose only and are furnished to enable Bidder to
estimate the quantum of work and to quote a firm price for the work. Final

Page 11 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
221
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

construction drawings of all type shall be prepared and submitted for


approval to Owner by successful bidder / contractor at or before project
execution stage. Approved for Construction drawings may vary to some
extent from the drawings included in the Bid Package. Contractor shall carry
out all works in accordance with the construction drawings duly approved by
Owner without any extra time & cost implication to the Owner.
3.2.2.2 Familiarization of Pipeline Route

Bidders are advised arrange to carry out survey and preparation of Alignment
sheets, make site visits to familiarize themselves with all the salient features of
terrain and available infrastructure along the pipeline route. Contractor shall be
deemed to have considered all constraints and eventualities on account of site
conditions along pipeline route while formulating his bid. Contractor shall not be
eligible for any compensation in terms of cost and/ or time, on account of site
conditions along pipeline route varying to any extent from whatever described
in the Bid Package and the drawings furnished along with the Package.

3.2.2.3 Soil Investigation


Kakinada city is situated on Deccan Plateau, hence the pipeline route and its
major crossing location in general may encounter hard soil area / rocky area
while excavating by open cut / trenchless method. It shall be Bidder’s
responsibility to familiarize himself with sub-soil conditions along the pipeline
route, and work out the lengths of pipeline to be laid in different subsoil
conditions including quantum of rock excavation by control blasting (Permission
/ approval / NOC / work permit will however be obtained by the contractor) /
cutting and chiseling of hard soil / rock / stone, that would be necessary and
shall be required while formulating their bid. Unit rates for pipeline
construction as quoted by Bidder shall include the above and be
inclusive of all excavation except hard rock (ie, which cannot be
excavated manually without the use of mechanical equipment like
rock breaking machine etc.).
The survey drawings / documents detail to the extent available are being
furnished to the bidder along with tender document. It shall be bidder’s
responsibility to verify the available data and satisfy him with regard to accuracy
and utility of data.

3.2.2.4 The city condition field / other fields may have lots of PVC, PE & utility pipelines
or other pipelines & cables being used for city utility / other utilities purposes.
CONTRACTOR shall ensure that these lines shall not be damaged/ cut affecting
the water / power / communication / other supply to concerned Users / Owners
/ Authorities. Wherever required temporary necessary precautions had to be
maintained for uninterrupted supply.

3.2.2.5 Right-of-use (ROU)

For pipelines construction purposes, in city condition like Kakinada, pipeline


restricted ROU / Corridor will be made available to Contractor by the Owner, the
pipeline shall be laid in restricted ROU / Corridor along side of the existing road,
inside available corridor, below road / rail / utility culvert, etc. in city areas.

Page 12 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
222
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Where the pipeline passes through city areas / industrial areas / forest areas
etc., the ROU will be restricted to required width may reduced upto 1 metre as
made available by concerned department. Contractor shall carry out
construction work in the width as made available to him with no time and cost
implication to the Owner. It shall be Contractor's sole responsibility to make
arrangement for any additional land required for fabrication, construction,
storage and all other work areas, if required.
The contractor shall notify the owner the probable date of commencement of
work at ROU site at least two(2) weeks in advance to enable the owner to
arrange handing over of the ROU/ site on the date requested. Should
contractor fail in such notification, the owner shall not be liable for any claim by
contractor, of whatsoever nature, for delay in the available of a ROU/ site.

3.2.2.6 “Receiving and Taking-over” as defined in the specifications of OWNER


supplied externally corrosion-coated and bare line pipes at Owner’s
designated stacking yards/ dump site. Management of dumpsite after
receiving and taking over of pipes transportation including loading/ unloading,
handling, stacking, hauling and stringing of pipes from Owner’s stacking
yards to Contractor’s worksite(s)/ workshop(s)/ pipeline Right-of-use (ROU),
including arranging all necessary intermediate storage area(s) required
thereof till the pipes are installed in permanent installation.

3.2.2.7 Carrying out inspection of OWNER supplied line pipes and pipe corrosion coating
at the time of receiving and taking-over. Carrying out all repairs, to pipe and
pipe coating, including supply of all materials. All handling, lifting, stacking of
coated/ bare pipes required during inspection.

3.2.2.8 Carrying out repairs (including supply of all materials) of line pipe and pipe
coating which will include repair of all defects/ damages occurring during
transportation and / or handling after receiving and taking over.

3.2.2.9 Loading, unloading, handling, stacking, storing and transportation to workshop/


work site of all materials that may be used for the construction of pipeline
system either supplied by OWNER at their designated stack yard/ dump site/
store and/ or by CONTRACTOR as the case may be.

3.2.2.10 ROU acquisition / principal permission of laying the pipeline including permission
for all crossing i.e. rail, road, river, foreign hydrocarbon & utility pipelines, utility
cables etc. will be responsibility of the Owner. However obtaining all necessary
approvals, work permits and liasioning / coordination works for ROU acquisition
/ permission for laying of pipeline and its all crossing from concerned local
authorities and respective OWNER’s having jurisdiction, as applicable for
performing the work including shifting/ relocation and restoration of telephone/
electrical poles and underground pipes and other utilities etc. as required by
local authorities and as directed by OWNER shall be responsibility of contractor.

3.2.2.11 Stacking, clearing, grading, fencing of Right-of-Use (ROU) as required,


trenching to all depths in all types of soil including soft & hard rock, controlled
rock blasting (if permitted, however, permission / approval / NOC / work permit

Page 13 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
223
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

will be obtained by the contractor) by special techniques, chiseling or otherwise


cutting etc. to a width to also accommodate the HDPE duct / cable as per
relevant standards, drawings, specification etc. transportation of coated pipes to
ROU along the route, stringing, aligning, bending, welding, NDT including
radiography by X-ray (Gamma ray will only be permitted in inaccessible area like
tie-in pit etc., where Engineer-in-charge feels necessary and decision of
Engineer-in-charge shall be final & binding to the contractor) and ultrasonic (if
required), inspection, field weld joint coating including supply of all materials,
protective coating of long radius including supply of materials as per
specifications, sand padding, laying and lowering of the pipeline, back filling,
slope breakers as required, carrying out road, canal, utility and submerged
minor water course crossings including bank stabilization of water course
crossings as required, crossing of nallah/ canal by conventional method. Supply
and installation of antibuoyancy measures viz. continuous concrete coating,
saddle weights, extra cover etc. on pipeline as shown in approved drawings and
as directed by OWNER, installation of supports wherever required, supply of
select backfill material as required, clean-up, pigging, flushing, gauging,
hydrostatic testing with the quantity of inhibitor as required, dewatering with
the additive, at required dosage, swabbing, pre-commissioning and
commissioning of complete pipeline system, including all associated works as
per relevant specifications, standards and approved drawings.

3.2.2.12 Welding of all tie-in joints including tie-in joints and bends on either side of
major river crossings/ with adjoining pipeline installed by others/ other facilities
as required, cutting of test header, rebevelling and tie-in with adjacent pipeline
segments.

3.2.2.13 Field weld joint coating shall be by heat shrink sleeve (Raychem or equivalent) /
other suitable material as per specification enclosed with bid package
compatible of pipe coating material.

3.2.2.14 Carrying out corrosion coating of Long Radius (LR) bends if any. Coating shall
be carried out by heat shrink sleeve (Raychem or equivalent) / other suitable
material as per specification enclosed with bid package for field joint coating as
mentioned in clause 3.2.2.13 above.

3.2.2.15 Installation of casing pipes (by open cut/ trenchless method) assembly,
including supply of all materials viz. casing pipe, casing insulators and end seals,
vents and drains etc. complete, at cased crossings as per the drawings/
specifications enclosed with bid package.

Cased crossings shall be installed at locations indicated in alignment sheets or


as per SOR or as per instruction of owner. The number of crossings indicated in
alignment sheets or as in SOR is subject to change based on engineering,
construction and statutory requirements or the requirements of the authority
having jurisdiction over a utility crossing.

3.2.2.16 All works/ provisions including installation of slope breakers to be provided in


the trench in areas where slope is more than 1 in 10.

Page 14 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
224
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.2.2.17 Sand/ soft soil padding around pipe wherever required in areas where trenching
has been done in hard soil area / rocky area including supply of sand/ soft soil.
The thickness of sand/ soft soil padding at the top of coated pipe shall be
minimum 150 mm and bottom of coated pipe shall be minimum 150 mm or as
per standard drawing no. MEC/SD/05/21/PL/WS-001/004, whichever is more.

3.2.2.18 Installation of all inline/ online instruments/ valves/ insulation joints/


appurtenances etc. as per requirements of approved drawings.

3.2.2.19 Crossings

Major number of crossings to be encountered for this project are as under:-

[See Appendix – III (List of Crossings)]


For all crossing, including above mentioned shall be crossed by heaviest wall
thickness carrier pipe among available pipes at site or as per approved
drawings/ as decided by Engineer-in-charge.

3.2.2.19.1 Railway Crossings

The general arrangement drawings for railway crossings shall be approved by


Indian Railways and construction shall be carried out accordingly. These
drawings shall be made available to the Contractor at appropriate time during
the execution of the project. Pipeline at railway crossings shall be provided with
a casing pipe. The casing pipe shall be at least three nominal pipe sizes larger
than carrier and shall be installed by boring/ jacking. It should be noted that
the extent of casing pipe generally specified by Railways, is 15.0m beyond
centrelines of the outermost tracks on either side or 0.6 meter beyond the ROU
limits of railways on either side, whichever is more. All railway crossings shall be
cased crossings. The railway crossing shall comply with the requirements of API
1102 and Indian Railway regulations. The crossing angle shall be as close to 90°
as possible.

3.2.2.19.2 Road Crossings

i) Contractor shall firm the method of crossing of roads such as open cut/
boring up in consultation with concerned authorities and Company. The
Contractor shall also take due care to identify and take due precautions
so as not to disturb or damage the utilities like cables, water lines and
other structures.

ii) After laying the pipeline in a road crossing by open cut method, the
Contractor shall either completely backfill the road & make ready for
restoration or completely restore the road to its original condition
depending upon instructions of Owner / EIC.

iii) While laying the pipeline in road crossings by open cut method the
Contractor should ensure that the traffic is not stopped during the
execution of work. This may be done by cutting half of the road at a
time so as to enable the traffic to pass on the remaining half of the

Page 15 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
225
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

road. Alternatively, the Contractor can provide diversion roads to


maintain the flow of traffic.

iv) The Contractor shall provide proper caution boards during day time and
danger lights during night time when the cutting operation of the road is
going on.

For cased crossings, the pipeline should be taken through the casing pipe which
should be at least 1.2 metres below the road top as specified or as per the
requirements of local authorities, whichever is higher. All national highway and
state highway as indicated in relevant drawings/ alignment sheets/ or as
directed by Engineer-in-charge shall be cased crossing.

3.2.2.19.3 Crossings of rivers/ streams/ canals by conventional method :

i) No damage should be caused to any irrigation sources, while laying the


pipeline through canal crossings.
ii) The flood banks of the River/ Canal should be brought to the original
condition, if they are damaged by the laying of the pipeline. Stablisation
of banks shall be carried out as per requirements of concerned
authorities.
iii) In general the top of the pipeline shall be taken at least 1.5 metre below
the scour level of river crossing. If scour level is not known minimum
2.5m cover should be kept unless specified otherwise.
iv) The top of pipeline shall be at least 1.5m to 2.0m below the drain/ canal
bed unless specified other wise.
v) Pre-construction survey, preparation of the detailed construction
methodology/ plan and time etc. shall have to be finalised by Contractor
in consultation with concerned authorities having jurisdiction over
canals/ rivers. Company shall provide assistance by providing
introductory letters.
vi) Pre-construction surveys, preparation of detailed construction method
statement and calculations for Owner’s approval.
vii) Geo-technical investigations, if required.
viii) Site preparation, arranging required land for setting up of string
fabrication yard and obtaining necessary permissions from concerned
authorities.
ix) Preparation of pipeline Launch way, continuous concrete coating of
pipes, repair of damages to corrosion and concrete coating, string
preparation, field welding, NDT including radiography, pretest of
completed strings, corrosion and concrete coating of field joints.
Trenching, laying at approved depth, stabilisation of banks, post
installation hydro-test, capping, providing and installing of markers, etc.
x) The major canals with lining/ perennial canals need to be crossed by
HDD/ boring method only.

3.2.2.19.4 Crossings by Horizontal Directional Drilling (HDD)

Contractor shall cross the roads / water crossings by HDD method at various
depth in different locations as directed by Owner / Consultant either as per site

Page 16 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
226
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

conditions or as per instruction received from concerned authorities, whichever


will be higher / stringent and decision of Owner / Consultant in this regard shall
be final & binding to the contractor. Before start of HDD, the contractor shall
ascertain by pre-construction survey all underground obstacles namely
electrical/ telecommunication cable, foreign pipeline, water line, drain/ sewerage
line etc. and prepare crossing profile drawings showing all elevations & levels.
The contractor shall also ascertain, the type of soil & their terrain whether rocky
or normal by way of trial pit or by geo-technical survey in case of river etc.
before start of job. The contractor shall submit procedure, profile drawing with
complete design calculations of HDD as per requirement of ASME B31.8/ OISD
norms and safety requirement that pipe is not under stress during and after
crossing for Owner/ Consultant’s approval prior to start the execution of works.

Contractor shall determine the minimum allowable elastic bend radius for pipe
from the following considerations :

i) Maximum longitudinal stress during installation

Total maximum longitudinal stress in the pipeline due to tension and


bending at any location shall not exceed 90% of the SMYS of the pipe
material.
Contractor shall in order to check this requirement evaluate the
maximum tensile forces to which the pipeline is subjected to at any
phase of its installation during the pulling operation.

ii) Maximum equivalent stress during final hydrostatic test

After installation the pipeline shall be hydrostatically tested (for 6 hours)


at a pressure stipulated in the Special Conditions of Contract / relevant
Particular Job Specification. During hydrostatic testing the combined
equivalent stress in the pipeline due to bending and test pressure shall
not exceed 90% of the SMYS of pipe material.

iii) Maximum equivalent stress during service

Permissible values of maximum equivalent stress during service shall be


governed by the requirements of ANSI N31.8/ B31.4 as applicable. The
details of pipeline operating parameters are provided in the Special
Conditions of Contract.

The minimum allowable radius of curvature for the pipeline shall be the highest
value of the minimum pipeline elastic radius as computed from the
considerations outlined in clause no. i), ii) & iii) above after correction for drilling
inaccuracies (or multiplication by the factor 1.85) whichever results in the
highest permissible value of minimum elastic bend radius.

Contractor shall ensure all safety norms regarding distances from end point or
from bottom of crossing and also ensure that external coating of pipe is not
damaged during pulling & handling of pipe for crossing. For field joint coating
in pipeline string made for HDD, special type of heat shrink sleeve shall be used

Page 17 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
227
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

as per specification enclosed with the tender. For line pipe coating repair,
special type of high shear strength repair patch material shall be used which
characteristic shall be same or equivalent as original wraparound heat shrink
sleeve used in pipeline string for HDD crossing.

The contractor shall ensure that no any u/g existing utilities/ pipelines/ cable
etc. are damaged. It shall be responsibility of contractor to compensate any loss
or damage to other agency if damaged while crossing. Contractor shall arrange
all statutory permission from concerned authority before start of job. Contractor
shall deploy only BGL’s / MECON approved HDD agency and approval of HDD
agency shall be sought before deploying HDD agency.

3.2.2.20 Hydrostatic Testing, Dewatering, Swabbing and Drying of Pipeline

Contractor shall hydro test the pipeline as per specification enclosed with
tender. The test duration shall be minimum 24 hours. After successful
completion of hydrostatic testing of the pipeline, Contractor shall dewater the
pipeline. The dewatering operation shall consist of at least two dewatering runs
of four-cup bi-directional pigs propelled by compressed air. As a minimum,
Contractor shall continue the dewatering operation until the volume of water
removed by the last pig train is less than volume of 2 metres of full pipe length.

After completion of dewatering operations, Contractor shall carry out swabbing


of pipeline by running several pig trains consisting of high/ medium/ low density
foam pigs propelled by compressed air through the pipeline. Prior to their
launching, Contractor shall weigh the pigs. On arrival of the pigs at the receiving
end they shall be re-weighed. The swabbing operation shall be repeated till the
weight of the last received foam pig does not increase by more than 50% or 10
runs of foam pigs whichever is earlier.

The pipeline/ section(s) of pipeline shall never be left empty (filled with air)
after dewatering/ swabbing. Contractor shall take up dewatering and swabbing
of pipeline after hydrotesting only when Contractor is ready for carrying out the
drying operation immediately following pipeline swabbing. Till such time
Contractor is ready to start drying of pipeline, the pipeline/ section(s) of pipeline
after hydro testing shall be kept filled with inhibited water or the pipeline/
section(s) of pipeline shall not be dewatered. Preservation of pipeline using
inhibited water from the time of completion of hydro testing till Contractor is
ready for drying of pipeline, shall be carried out by Contractor as part of his
scope of work at no extra cost to Owner.

After the results of swabbing operation has been accepted by Owner, nitrogen
purging of line may be started for pre-commissioning activities as per
specification.

Pre-hydrotesting of aboveground mainline section shall be carried out separately


and test duration shall be minimum 6 (six) hours.

Page 18 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
228
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.2.2.20(A) Leak Detection

a) Contractor shall submit a detailed procedure for detection of


anticipated/ probable leak which is likely to be found during hydro
test. Such method of detection shall consume minimum possible time
to complete the hydrotest activity within contractual completion
schedules. This procedure needs prior approval.

b) For Major Leak/ Burst (attributable to Owner) which can be traced


visually by re-excavation – rates for locating and rectification shall be
paid as per item included in mainline SOR for each Leak/ Burst.

c) For Minor suspected Leak (attributable to Owner) which can not be


visually located and which requires sectionalising of pipeline or any
other suitable means, rates of activities for leak detection shall be
derived from rates of equipments and manpower available in the
Contract. However for the pipe which needs to be replaced after the
leak has been located, the payment will be made as per SOR item i.e.
same as (b) above.

In case after sectionalisation/ other method no leak is detected, for such


eventuality no payment will be made for efforts made for sectionalising/ other
means.
3.2.2.21 Hydrostatic Test Pressure
The pipeline shall be hydrostatically tested to a minimum test pressure 1.4
times the design internal pressure and in no case test pressure of the pipeline
shall exceeds 1.5 times the design internal pressure.

3.2.2.22 All tie-in joints including tie-ins with existing facilities, if any. All tie-ins shall be
welded tie-ins.

3.2.2.23 Markers

Installation of all types of markers including all associated civil works. Any other
work not specifically mentioned above but required for making the entire
pipeline system ready for operation.

3.2.2.24 CATHODIC PROTECTION – Scope of Work as per respective PJS,


SOR & technical specification

3.2.2.25 Priorities

The Contractor shall start the execution work for entire length of mainline
simultaneously and shall deploy adequate manpower, machinery, tool & tackles
etc. accordingly.

However, Owner may, at its sole option, assign priority of construction to


either any spread or any section in spread of total pipeline length or to any
part/ segment of the work. Contractor shall comply with such priority of

Page 19 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
229
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

execution and their deployment without any time and cost implication to the
Owner.

3.2.2.26 Survey Pillars – Deleted

3.2.2.27 Forest/ Plantation Areas

Where the pipeline route passes through forest/ plantation areas, Contractor
shall clear only the minimum width required for laying the pipeline as per Owner
approved procedure for pipeline construction. Number of trees/ plants to be
felled down shall be restricted to a minimum.

3.2.2.28 Restoration of ROU

Clean-up and restoration of ROW and other conveniences like road, rail, canals,
cultivable land etc. to original conditions as per specification and drawings to
the entire satisfaction of OWNER and/ or Authorities having jurisdiction over the
same, including disposal of surplus construction materials to a location identified
by CONTRACTOR approved by local authority without causing any disturbance
to environment, locals and to the entire satisfaction of OWNER.
Upon restoration of ROU the Contractor shall furnish documentary evidence in
support of acceptance of the same duly signed by land Owner without any extra
cost.

3.2.2.29 Preparation and submission of as built drawings, pipe books, documents,


photographs of major activities, and project records as per specification and
instructions of the OWNER including furnishing of all Test Certificates/
Inspection Reports for all materials used for permanent installation in requisite
numbers as mentioned elsewhere in this document.

3.2.2.30 Idle Time Preservation of the Pipeline – (if required)

3.2.2.31 ROW Clearing

During ROU clearing, the vegetation shall be cut off at ground level leaving
the roots intact. Only stumps and roots directly over the trench shall be
removed for pipeline installation.

3.2.2.32 Pre-commissioning and Commissioning Assistance

3.2.2.32.1 Drying and pre-commissioning including supply of all materials, consumables


and manpower of the complete pipeline system and terminal piping work.

3.2.2.32.2 Making the entire system ready for commissioning and providing assistance
during the complete duration of commissioning operations.

3.2.2.32.3 Completion of all mainline activities as detailed in SOR.

3.2.2.32.4 Complete N2 purging before the start of welding at all hook up works as
indicated/ shown in schematic drawing enclosed in Tender Document.

Page 20 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
230
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3.2.3 Terminals (Tap-off Point, CGS cum Mother Station & Pressure
Reduction Station)

3.2.3.1 Piping Works

• Supply of assorted pipe, fasteners, gaskets, fittings, flanges, utility


piping & piping supports and other supply wherever specified as per
SOR.
• Taking delivery of free issue materials from BGL ’s designated stores and
its transportation to site.
• All fabrication, erection, testing and commissioning of piping above
ground at all elevations and below ground at all depths including
provision shall be kept for installation of temporary flanged end header
for Pig Launching, all valves and valve actuators, insulating joints, pig
signallers, flow tees/ barred tee and other fittings and associated piping
works as per drawings and specifications.
All mechanical works of under ground and above ground, complete
piping including fabrication, welding, all non destructive testing of welds
repairs/ pretesting, hydrostatic testing, cleaning/ flushing, functional
testing, cutting of mainline and bevelling (if required), excavation in all
types of soil for installation of piping and pipe supports.
• Installation of all inline/ online instruments.
• Obtaining all necessary approvals and work permits from concerned
local authorities having jurisdiction including hot work permit as
applicable for performing the work.
• Carrying out welding including cutting, edge preparation (inclusive of
grinding the edges on fittings, flange, etc. to match with the matching
edges of different thickness wherever required, bending, pre-heating
wherever required, NDT including radiography by X-ray / Gamma-ray
and other non-destructive tests specified. NDT requirements for process
and other piping shall be in accordance with relevant specifications
enclosed with the tender document.
• Preparation of plot plan cum piping GAD based on schematic drawings
provided in the tender document for tap-off station, CGS cum Mother
station& Pressure Reduction station. Preparation of isometric drawings
and final Bill of Material based on piping detail GA drawings prepared by
contractor & duly approved by Owner / Consultant.
• Cleaning and servicing of all free issue materials including equipment,
valves to make it suitable for installation.
• Completion of all mechanical works as detailed in SOR.
• SV station, branch piping shall be hydrostatically tested to the test
pressure in accordance with Specification for piping fabrication, erection.

Page 21 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
231
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Test pressure shall be 1.4 times design pressure and minimum duration
of test shall be six (6) hours. All ball and plug valves in the piping
network being hydro tested shall be kept in the partially open position.

3.2.3.2 Equipment and Vessels - DELETED

3.2.3.3 Civil & Structural Works

Civil & Structural Works shall be carried out as per the scope detailed in PJS,
SOR and Technical Specification.

3.2.3.4 Electrical - DELETED

3.2.3.5 INSTRUMENTATION, SCADA & TELECOM

3.2.3.5.1 Instrumentation – as per SOR

3.2.3.5.2 SCADA & Telecom – Scope of Work as per respective PJS, SOR &
technical specification

3.2.3.6 Painting

• Painting (including supply of all materials) of all equipment, piping,


structural steel elements for pipe supports, and all structural
miscellaneous items as required and as directed by Company. Paint shall
be suitable for highly corrosive environment as per specification
providing total DFT of 345  minimum as per Table 10.2 of Specification
No. 05/62/S/07A. Painting shall include primer and finish coats as per
specifications. Prior to painting surface shall be sand blasted as per
instruction of Engineer-in-charge.
• For equipment, valves and other free issue items only one finish coat of
final paint will be provided.

3.2.3.7 Other Works

• Obtaining all necessary approvals and work permits, as applicable, for


performing the work.
• Carrying out all additional surveys, test and collection of data not
furnished by company but required for construction of facilities.
• Provision is to be kept in the terminal for installation of Permanent
Cathodic System.
• Extension/ provision of the utilities at desired locations from the
consumers battery limit, the utilities are fire water, instrument air, plant
air, drinking water, service water and electrical power.
• Any other work not specifically listed herein but required for the
construction of the terminals and making it ready for the operation.

Page 22 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
232
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

4.0 SCOPE OF SUPPLY

4.1 Material to be supplied by Company as Free Issue

4.1.1 Line pipe (Bare/ Coated), Valves


Three Layer PE Coated line pipes & all type, size, rating valves as per details
indicated in clause 1.2 Company shall supply bare and externally corrosion
coated line pipe with 3-Layer polyethylene coating.

Contractor shall receive and take over the pipes & valves at designated store.
At the time of taking-over contractor shall perform inspection of pipes, pipe
coating, valves, barred tee, insulating joint and record all defects noticed in the
presence of Company’s Representative. Contractor shall repair all defects
recorded at the time of taking-over of pipes, valves, barred tee & insulating joint
and shall be compensated as per rates set forth in the Schedule of Rates.

Any repairs to 3-Layer Polyethylene coating shall be carried out by Contractor


using suitable material compatible with parent coating system and meeting the
requirements of coating system specified in specification for 3-layer
polyethylene coating. The coating repair material and procedure for application
shall be submitted to MECON for approval prior to start of construction.

4.1.2 All Ball / Plug Valves including buried valves for SV Stations.

4.1.3 Supply of Telecommunication, Civil & Structural items as elaborated in


respective particular job specification and SOR enclosed elsewhere with the
tender document.

4.2 Company’s storage point for free issue material of this project shall be located
in Kakinada City or its nearby region.

Contractor shall also return materials after completion of work to Owner’s


designated store in Kakinada City or its near by region or as directed by Owner /
Engineer-in-charge.

4.3 Conditions for issue of Company Supplied Material


Contractor shall prepare and submit Material Issue Vouchers to enable stage
wise issue of materials. All materials shall be issued for incorporation in
permanent works only and shall not be used for any temporary or ancillary
works without the written consent of Engineer-in-charge. These materials shall
be issued to the contractor from the Owner’s storage points. Contractor shall
be responsible, at this own cost, for lifting of the materials from Owners issue
points, measuring, weighing, loading, unloading, transportation and return of
materials to designated storage points. Contractor shall also be responsible for
constructing covered godowns with adequate supports and clearances for safe
storage of materials.

Page 23 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
233
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Every month the contractor shall submit an account for all the materials issued
by the owner in the proforma prescribed by the Engineer-in-charge. On
completion of the work, the contractor shall submit materials appropriation
statement for all materials issued by Owner.

4.3.1 All materials issued by the COMPANY to the CONTRACTOR shall be preserved
against deterioration and corrosion. Any damages/losses suffered on account of
poor or improper storage while under CONTRACTOR'S custody and
non-compliance with the requirements stipulated herein shall be considered as
losses suffered due to willful negligence on the part of the CONTRACTOR and
he shall be liable to compensate the COMPANY, for the losses suffered, at penal
rates as elaborated elsewhere in the bid document.
Various equipments/ materials intended for the installation will be received by
COMPANY in unpacked, skidded, crated, packed or loose condition and will be
stored in the COMPANY warehouses & open yards. In general, material will be
issued to the CONTRACTOR in "as-received" condition. It will be the
CONTRACTOR'S responsibility to draw, load and transport all materials from
COMPANY's designated place (s) of issue to the point of installation.
The CONTRACTOR at his own cost shall duly protect all materials supplied by
the COMPANY with appropriate preservative like primer/lacquer coating, grease
etc, if required.
The Contractor shall be required to take Insurance Cover in terms of general
conditions of contract.

4.3.2 The CONTRACTOR shall check that valves, fittings and specials are not subject
to corrosion from hydrostatic test liquid remaining saturated in the packing.
Any such conditions when detected should be brought to the notice of the
Engineer-in-charge and remedial measures taken as directed. Small and
medium size pipe, fittings shall be stored in rack to be constructed from this
purpose in a covered godown. When large size pipe fittings are to be stored,
these may be kept in the open on surfaced storage yards on proper wooden
supports.

4.3.3 All machined surfaces shall be properly greased and shall be maintained and
protected from damages.

4.3.4 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered
with blinds to prevent entry of foreign matter.

4.3.5 All valves, instruments, control valves, actuated valves, pressure gauges,
thermometers etc. supplied independently, as well as along with equipment and
machinery shall be stored separately, inside the covered go down on racks.

4.3.6 As far as possible materials shall be transported to the erection site, just prior to
their actual erection and shall not be left laying around indefinitely. Instructions
for the Engineer-in-charge shall be followed strictly in this regard.

Page 24 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
234
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

4.3.7 Repairs of Pipe Defects

Immediately prior to aligning pipe for welding, the beveled ends of each joint of
pipe and the area immediately adjacent thereto (at least 25 mm from the edge
on the inside and outside of the pipe) shall be thoroughly cleaned of paint, rust
mill scale, dirt or other foreign matter by use of power driven wire buffing
wheels, disc sanders, or by other method approved by COMPANY. This shall be
done at no extra cost.
All damaged ends of pipe that are bent, cut or otherwise mutilated such that, in
the opinion of the COMPANY, faulty alignment or unacceptable welding would
result, shall be repaired or cut-off and rebevelled to the correct angle with a
bevelling machine of a type approved by COMPANY. No compensation shall be
allowed by reason of such re-cutting or bevelling, except when required
because of the original bevel being damaged before the pipe is "taken over" by
CONTRACTOR.

CONTRACTOR shall remove dents in bevels with a depth of less than 1 mm


during cleaning and grinding, ahead of the welding in the field. No
compensation shall be paid to Contract or on this account.
CONTRACTOR shall rebevel dented bevel ends with a depth of dent between 1
and 3 mm. Dents over 3 mm depth shall be repaired by cutting and
rebevelling. The CONTRACTOR shall be entitled for extra compensation only for
cutting and rebevelling of defects recorded at the time of taking delivery as per
the rate set forth in the "Schedule of Rates".

4.4 Material to be supplied by Contractor

The procurement and supply, in sequence and at the appropriate time, of all
materials and consumables required for completion of the work as defined in
this Bid document except the materials specifically listed under para 4.1 above,
shall be entirely the CONTRACTOR'S responsibility and item rates quoted for the
execution of the CONTRACT shall be inclusive of supply of all these materials.
The material to be supplied by the Contractor shall be as per specification and
preferred make as indicated in Appendix-I or duly approved / recommended for
use by BGL / MECON. The materials will be, but not by way of limitations, as
follows:-

4.4.1 Mainline

4.4.1.1 Field joint coating material for 3 layer PE coated pipes comprising of heat
shrinkable wrap around sleeves (HTLP 80 or equivalent value) complete with
adhesive/ other suitable material compatible with pipe coating material.
Special sleeve for HDD string (i.e. Dirax or equivalent) as per specification.
The cutback length shall be 120 + 25(-0)mm.

4.4.1.2 Coating repair material compatible and suitable for 3 layer PE coated line pipe
comprising of repair patches (i.e. PERP-80 or equivalent) complete with
adhesive.

Page 25 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
235
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

4.4.1.3 All materials for all types of pipeline markers / warning marker including HDPE
Warning Sheet, cement, sand, reinforcements, structural steel etc.

4.4.1.4 All materials required for continuous concrete coating/ saddle weights for
providing negative buoyancy to the pipeline wherever required.

4.4.1.5 Supply of nitrogen and other consumables, tools and tackles required for
venting, predrying, purging and filling of mainline.

4.4.1.6 Supply of bare casing pipe including all other material like casing insulators,
end seals, vent & drain assembly etc. for cased crossing if required as
indicated in SOR.

4.4.1.7 Supply of Bends of radius (R=3D) in contractor’s scope as detailed in SOR.

4.4.1.8 Supply of Barred Tees in contractor’s scope as detailed in SOR.

4.4.1.9 All other items/ materials as may be required for completion of contractual
scope of work and not covered under material to be supplied by company as
free issue material at 4.1.

4.4.2 Terminals

4.4.2.1 Piping, Equipment & Vessels

a) Piping material Assorted Pipe, Flanges & Fittings, Barred Tee etc in
Contractor’s scope as detailed in SOR. Complete material for utility
lines indicated in SOR shall be supplied by Contractor.
b) Studs, nuts, washers, U bolts, clamps, clips, pipe supports, gaskets for
piping works.
c) Shims, wedges and packing plates (machined wherever required).
d) Galvanized steel piping of all sizes for instrument air/ service air.
e) Portable Fire Extinguisher System.
f) Painting material

All other items/ materials as may be required for completion of contractual


scope of work and in SOR but not covered under material to be supplied by
company as free issue material at 4.1.

4.4.2.2 Civil & Structural

All materials as elaborated in respective SOR and PJS enclosed elsewhere with
the tender.

4.4.2.3 Cathodic Protection Works – Scope of supply as per respective PJS,


SOR & technical specification

Page 26 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
236
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

4.4.2.4 Instrumentation, SCADA & Telecom

4.4.2.4.1 Instrumentation – As per SOR

4.4.2.4.2 SCADA & Telecom – Scope of supply as per respective PJS, SOR &
technical specification

4.4.2.5 All painting materials. Paint shall be suitable for highly corrosive environment.

4.4.3 General

4.4.3.1 All consumables for welding such as oxygen, acetylene, inert gases and all
types of electrodes suitable for pipes of grades as specified in the
specification, low hydrogen electrodes, filler wire, solder wire, brazing rods,
flux etc. for welding / cutting and soldering purpose.

4.4.3.2 Equipment like hydrostatic pump etc., water and corrosion inhibitor for water
used for hydrostatic testing including all pipes, fittings and equipment,
metallic blinds, temporary gaskets as required for filling, pressurising and
dewatering in connection with hydrostatic testing completion.

4.4.3.3 All pigs for cleaning, gauging, filling, dewatering and swabbing of pipeline.

4.4.3.4 All pipes, fittings and equipment metallic blinds temporary gaskets as
required for filling, pressuring and dewatering in connection with hydrostatic
testing completion.

4.4.3.5 All consumables for welding of structural steel.

4.4.3.6 Materials and equipment required for all types of test such as radiography,
magnetic particle and dye penetrate examination.

4.4.3.7 All safety tools/tackles, devices / apparatus / equipment etc. including ladders
and scaffoldings etc. complete as required.

4.4.3.8 Supply of nitrogen and other consumables, tools and tackles required for
venting, predrying, purging and filling of station piping.

4.4.3.9 Any other material not specifically listed herein, but required for the execution
of the work.

4.4.3.10 List of materials to be supplied and quantities indicated in SOR is tentative.


These quantities can vary during execution to any extent and the same unit rate
shall be applicable for payment. Final quantities will be based on the drawing
issued to the contractor for construction. Quantities covered in SOR are for as
erected quantities. Bidder will procure additional materials as required to cover
cutting, scraps, wastages and damages during erection, testing and
commissioning. For these extra quantities no additional payment will be made.

Page 27 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
237
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

5.0 DOCUMENTS, SPECIFICATION, STANDARDS AND DRAWINGS

5.1 Owner shall furnish tender purpose drawings as listed in content of Volume-III
of III of the tender document and other typical standard drawings attached with
respective technical specifications enclosed with Volume-II of III of the tender
document. Contractor shall prepare detail engineering drawing, bill of materials
and all construction drawings and submit to Consultant for approval prior to
start of the job / any procurement.

5.2 Contractor shall prepare isometric drawings & bill of materials and submit the
same for Owner/ Consultant’s approval/ record.
Contractor shall prepare drawing for utilities line as required as per SOR and
submit the same for Owner/ Consultant’s approval/ record.

5.3 No construction small or big shall be carried out without proper construction
drawings duly approved by Owner / Consultant.

For Mainline route alignment drawing shall be furnished along with bid by
Owner. However, detail pipeline route alignment sheets, detail-crossing
drawings with crossing methodology shall be submitted by Contractor for prior
approval after survey carried out by contractor at site before execution of
pipeline work. Any additional survey and data required to complete above shall
be also done by Contractor without any extra time & cost implementation to
Owner.

5.4 After Completion of construction & commissioning of pipeline system,


Contractor shall incorporate all the correction in drawings, prepare and issue the
drawings "as-built drawings" as listed below to Owner as final submission of
drawings. For Mainline pipeline alignment sheet, all X-ing details, all CP
drawings, pipe book etc. and for tap-off points, various CNG Stations / MRS at
Industrial Consumer’s Stations / DRS & SV Stations - layout drg., piping GAD,
Isometric, all civil drawings. For final submission only 4 sets of documents plus
the original transparencies shall be handed over by Contractor. Any
construction done by Contractor without duly approved drawings shall be wholly
at his risk and cost. Contractor shall also submit soft copy of pipe book in
excel alongwith hard copy. Soft copy of all as-built drawings shall be also
submitted in AutoCAD. Video graphy/ photograph of all major activities/
milestone achieved shall also be arranged and submitted by the Contractor.
For details of documentation to be submitted for mainline and terminal refer
enclosed specification for documentation for pipeline construction enclosed
elsewhere with the tender.

5.5 Specifications

The work shall be carried out by CONTRACTOR strictly in accordance with the
specifications enclosed in Volume II of III of this document.

Page 28 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
238
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

5.6 Drawings

The drawings are included in Volume –III of III of the bid package for BIDDER’s
reference purpose only; Bidders are advised to go through these drawings and
also visit the site before submitting their bids. The Contractor shall develop the
all type of drawings required for construction works as detailed in respective
SCC, PJS & SOR etc.

5.7 Drawing and Documents

5.7.1 The drawings accompanying the Bid document are indicative of scope of work
and issued for tendering / bidding purpose only. These drawings indicate the
general scheme as well as the route layout to enable the contractor to make an
offer in line with the requirements of the owner. Final construction shall be
done as per construction drawing prepared by the successful bidder / contractor
& duly approved by Owner.

5.7.2 Construction drawings prepared by successful bidder / contractor prior to


execution work shall be submitted to Owner progressively based on
construction progress achieved by contractor. Owner will take approval period
as minimum 7 (seven) working days from the date of receipt of drawings /
documents. No extra claims in terms of time & cost, whatsoever shall be
entertained for any variation between tender drawings and approved for
construction drawings.

6.0 RESOURCES FACILITIES

6.1 Recruitment of Personnel by Contractor


The Contractor shall not recruit personnel of any category from among those
who are already employed by the other agencies working at the sites but
shall make maximum use of local labour available.

6.2 Construction Water and Power Supply

No water and power will be provided by the owner. It should be the


responsibilities of the contractor to arrange water and power at his own cost.

6.3 Land for Residential Accommodation

Owner shall not provide any land for residential accommodation of contractor’s
staff and labour.

7.0 PROJECT SCHEDULING & MONITORING

The following schedules/documents/reports shall be prepared and submitted by


the Bidder/Contractor for review/approval at various stages of the contract.

Page 29 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
239
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

7.1 Alongwith Bid

a) Time Schedule

The Completion Time Schedule for the work (including mobilization


period) as per Appendix-I to Invitation for bid, PART-A of Tender in all
respect, from the date of issue of telex/telegram/letter/Fax of Intent.

The Bidder is required to submit a Project Time Schedule in Bar Chart


Form, alongwith the Bid. The Schedule shall cover all aspects like
sub-ordering, manufacturing and delivery, indicated in the Bid
Document. The Owner interface activities shall be clearly identified with
their latest required dates. Owner reserves the right to disqualify the
Bidder if the above Schedule submitted by the Bidder is not in line with
the over all Project requirement.

b) Scheduling & Monitoring System

The Bidders should describe their system of Project Scheduling and


monitoring, the extent of computerization, level of detailing, tracing
methodology etc. with the name of computer package and sample
outputs.

7.2 After the Award of Contract

a) Overall Project Schedule

The Contractor shall submit within 1 week of Fax of Intent, a sufficiently


detailed over all Project Schedule in the activity network form, clearly
indicating the major milestones, interrelationship/ interdependence
between various activities together with analysis of critical path and
floats.

The network will be reviewed and approved by Engineer- in-Charge and


the comments if any shall be incorporated in the network before issuing
the same for implementation. The network thus finalised shall form part
of the contract document and the same shall not be revised without the
prior permission from Engineer-in- Charge during the entire period of
contract.

b) Progress Measurement Methodology

The contractor is required to submit within 1 week of award of WORK,


the methodology of progress measurement of sub-ordering,
manufacturing/ delivery, sub- contracting construction and
commissioning works and the basis of computation of overall
services/physical progress informed. Owner reserves the right to modify
the methodology in part or in full.

Page 30 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
240
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

c) Functional Schedules

The contractor should prepare detailed functional schedules in line with


network for functional monitoring and control and submit scheduled
progress covers for each function viz. ordering, delivery and
construction.

7.3 Project Review Meetings

The Contractor shall present the programme and status at various review
meetings as required.

a) Weekly Review Meeting

Level of : Contractor’s/Consultant’s RCM/


Participation Site In charge & Job Engineers.

Agenda : a) Weekly programme v/s actual


achieved in the past week &
programme for next week.

b) Remedial Actions and hold up


analysis.
c) Client query/ approval.
Venue : Site Office

b) Monthly Review Meeting

Level of : Senior Officers of BGL /MECON and


Participation Contractors.

Agenda : a) Progress Status/ Statistics


b) Completion Outlook
c) Major hold ups/slippages
d) Assistance required
e) Critical issues
f) Client query/ approval
Venue : BGL /MECON Office/ Site at the discretion
of Owner/ MECON

7.4 Progress Reporting Proforma

A) Monthly Progress Report

This report shall be submitted on a monthly basis within 10(ten)


calendar days from cut-off date, as agreed upon covering overall
scenarios of the work. The report shall include, but not limited to the
following:

Page 31 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
241
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

a) Brief Introduction of the work.


b) Activities executed/ achievements during the month.
c) Schedule versus actual percentage progress and progress
curves for Detail Engg. Sub-ordering, Manufacturing/ Delivery,
Sub-contracting, Construction, Commissioning and Overall and
quantum wise status & purchase orders against schedule.
d) Area of concern/ problem/ hold-ups, impacts and action plans.
e) Resources deployment status.
f) Annexure giving status summary for drawings, MRs, deliveries,
sub-contracting and construction.
g) Procurement status for items to be supplied by Contractor.

B) Weekly Reports
The report will be prepared and submitted by the Contractor on
weekly basis and will cover following items :

a) Activities programmed and completed during the week.


b) Resource deployed men and machines.
c) Quantities achieved against target in construction
d) Record of Man days lost.
e) Construction percentage progress schedule and actual.
C) Daily Repots

a) Activity programme for the day


b) Progress of the previous day and commutative progress.
c) Manpower & machinery deployed.
7.4 Progress Reports

7.4.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed
as to the progress of the WORK throughout the CONTRACT period.

CONTRACTOR shall keep the OWNER informed well in advance of the


construction schedule so as to permit the OWNER to arrange for requisite
inspection to be carried out in such a manner as to minimize interference with
progress of WORK. It is imperative that close coordination be maintained with
the OWNER during all phases of WORK.

7.4.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
detailed report covering the progress as of the last day of the previous month.
These reports will indicate actual and scheduled percentage of completion of
construction as well as general comments of interest or the progress of various
phases of the WORK. The frequency of progress reporting by the CONTRACTOR
shall be weekly.
7.4.3 Once a week, CONTRACTOR shall submit a summary of the WORK
accomplished during the preceding week in form of percentage completion of
the various phases of the WORK, to the OWNER.

Page 32 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
242
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

7.4.4 Progress reports shall be supplied by CONTRACTOR with documents such as


chart, networks, photographs, test certificate etc. Such progress reports shall
be in the form and size as may be required by the OWNER and shall be
submitted in at least 3 (three) copies.

7.4.5 Contractor shall prepare daily progress report (DPR) in the desired format and
submit it to Engineer-in-charge alongwith schedule of next day to Engineer-in-
charge.

8.0 CONSTRUCTION

OWNER reserves the right to inspect all phases of Contractor’s operations to


ensure conformity to the SPECIFICATIONS. Owner will have Engineers,
Inspectors or other duly authorised representatives, made known to the
CONTRCTOR present during progress of the WORK and such representatives
shall have free access to the WORK at all times. The presence or absence of a
Owner’s representative does not relieve the CONTRACTOR of the responsibility
for quality control in all phases of the WORK. In the event that any of the
WORK being done by the CONTRACTOR or any SUB-CONTRACTOR is found by
OWNER's representatives to be unsatisfactory or not in accordance with the
DRAWINGS, procedures and SPECIFICATIONS, the CONTRACTOR shall, upon
verbal notice of such, revise the work in a manner to conform to the relevant
DRAWINGS, procedures and SPECIFICATIONS.

8.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respective


specification, all National and Local Laws, Ordinances, Rules and Regulations
and requirements pertaining to the WORK and shall be responsible for extra
costs arising from violations of the same.

8.2 Procedures

Various procedures and method statements to be adopted by CONTRACTOR


during the construction as required in the respective specifications shall be
submitted to OWNER in due time for APPROVAL. No such construction activity
shall commence unless approved by OWNER in writing.

8.3 Field Inspection

CONTRACTOR shall have at all times during the performance of the WORK, a
Competent Superintendent on the premises. Any instruction given to such
superintendent shall be construed as having been given to the CONTRACTOR.

8.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and


inspection as per quality Assurance plan and furnish all assistance
required by the OWNER in carrying out inspection work during this phase.

Page 33 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
243
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

The OWNER will have engineers, inspectors or other authorised


representatives present who are to have free access to the WORK at all
times. If an Owner’s representative notifies the Contractor’s authorised
representative not lower than a Foreman of any deficiency, or recommends
action regarding compliance with the SPECIFICATIONS, the CONTRACTOR
shall make every effort to carry out such instructions to complete the WORK
conforming to the SPECIFICATIONS and approved DRAWINGS in the fullest
degree consistent with best industry practice.

8.5 Construction Aids, Equipment, Tools & Tackles


CONTRACTOR shall be solely responsible for making available for executing the
work, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles
and testing equipments and appliances. Such construction equipments etc.
shall be subject to examination by owner and approval for the same being in
first class operating condition. Any discrepancies pointed out by OWNER shall
be immediately got rectified, repaired or the equipment replaced altogether, by
CONTRACTOR. OWNER shall not in any way be responsible for providing any
such equipment, machinery, tools and tackles.

The OWNER reserves the right to rearrange such deployment depending upon
the progress and priority of work in various sections.

Tie-end between main line and starting point of terminal is included in the scope
of contract, as and when main line section is available for Tie-ins.

9.0 DOCUMENTATION

9.1 "As Built" Drawings

Notwithstanding the provisions contained in standard specifications, upon


completion of WORK, the CONTRACTOR shall complete all of the related
drawings to the "AS BUILT" stage and provide the OWNER, the following: -

a) One complete set of all original tracings.

b) Six complete bound sets of Contractor’s specifications including design


calculations.

c) Six complete sets, in the form of hand bound volumes, of the


manufacturer's data book for all the equipments, instruments etc.
including certified prints and data. Data books shall be completed with
index as to tag numbers associated with manufacturer's data shown,
Equipment data shall include as a minimum requirement the principle
and descriptions of operations, installation and maintenance instructions,
drawings and dimensions, parts list and priced purchase orders including
those of major sub-vendors and suppliers. Requirements pertaining to
"VENDOR DATA REQUIREMENT" attached with standard specifications
for the documents to be included in the Data Book for each equipment,
instruments etc. shall also be complied with.

Page 34 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
244
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

d) Six bound copies each of the Spare Parts Data Books and the Lubricants
Inventory Schedule.

e) Soft copy of all the as built drawings prepared in AutoCAD in one set of
re-writable compact Disc and photographs covering measure activities at
site.

f) The Contractor shall submit coloured photographs covering all the


activities of pipeline constructions highlighting the progress or other
areas of work in 2 sets to Engineer-in-charge at site office alongwith
monthly progress report. Similarly photographs for problem areas
should be submitted well in advance with a proposed methodology to
execute the works and meet the construction schedule. The cost of
same shall be deemed to be inclusive in the rates and no separate
payment shall be made.

g) All as-built drawings as mentioned in specification for documentation


enclosed elsewhere in the tender.

9.2 Completion Document

The following documents shall be submitted in hard binder by the


CONTRACTOR in THREE sets, as a part of completion documents: -

a) Welding Procedure Qualification Report.


b) Welder Qualification Report.
c) Radiographic Procedure Qualification.
d) Radiographic Report alongwith radiographs (Radiographs only with the
original).
e) Batch Test Certificate from manufacturers for electrodes.
f) Pretesting and final Hydrostatic and other Test results and reports.
g) All other requirements as specified in the respective specifications.
h) Test results and reports.
i) Pre-commissioning/commissioning checklist.
j) Completion Certificate issued by Owner’s Site Engineer.
k) No claim certificate by the Contractor.
l) Consumption statements of steel and cement certified by Owner’s Site
Engineer.
m) Completion certificate for embedded and covered up works wherever
applicable.
n) Recovery statement, if any.
o) Statement for reconciliation of all the payments and recoveries made in
the progress bills.
p) Copies of deviation statement and order of extension of time, if granted.

10.0 SURVEY AND LEVEL/SETTING OUT WORK

10.1 Before the WORK or any part thereof are begun, the Contractor’s agent and the
Engineer-in-Charge's representative shall together survey and take levels of the
SITE and decide all particulars on which the survey is to be made, and on which
measurements of the WORK are to be based. The CONTRACTOR shall plot

Page 35 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
245
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

such particulars and after agreement the Engineer-in-Charge shall sign the
drawings.

10.2 The CONTRACTOR shall be entirely responsible for the horizontal and vertical
alignment, the level and correctness of every part of the WORK and shall rectify
any errors or imperfections therein. The CONTRACTOR at his own cost shall
carry out such rectifications, when the Engineer-in-Charge or his representative
issues instructions to this effect.

10.3 The Engineer-in-Charge shall furnish the relevant existing grid point with Bench
Mark on the land. It shall be Contractor’s responsibility to set out the necessary
control points in and to set out the alignment of the various works. The
CONTRACTOR shall have to employ efficient survey team for this purpose and
the accuracy of such setting out work shall be Contractor’s responsibility.

10.4 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (twenty
four) hours notice in writing of his intention to set out or give levels for any part
of the WORK so that arrangements may be made checking the same.
10.5 WORK shall be suspended for such times as necessary for checking lines and
levels on any part of the WORK.
10.6 The CONTRACTOR shall at his own expense provide all assistance, which the
Engineer-in-Charge may require for checking the setting out ot WORKS.

10.7 Before commencement of any activity, contractor's quality control set up duly
approved by company must be available at site.

11.0 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF


EXISTING SERVICES.

11.1 The order in which the WORK shall be carried out shall be subject to the
approval of the Engineer-in-charge and shall be so as to suit the detailed
method of construction adopted by the CONTRACTOR, as well as the agreed
joint programme. The WORK shall be carried out in a manner so as to enable
the other contractors, if any, to work concurrently.
OWNER reserves right to fix up priorities, which will be conveyed, by
Engineer-in-Charge and the CONTRACTOR shall plan and execute work
accordingly.

11.2 Existing Service

11.2.1 Drains, pipes, cables, overhead wires and similar services encountered in course
of the works shall be guarded from injury by the CONTRACTOR at his own cost,
so that they may continue in full and uninterrupted use to the satisfaction of the
Owners thereof, or otherwise occupy any part of the SITE in a manner likely to
hinder the operation of such services.

11.2.2 Should any damage be done by the CONTRACTOR to any mains, pipes, cables
or lines (whether above or below ground etc.), whether or not shown on the

Page 36 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
246
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

drawings the CONTRACTOR must make good or bear the cost of making good
the same without delay to the satisfaction of the Engineer-in-Charge.

12.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS

An Appendix-I of approved vendors for various major items is enclosed with this
tender specification. The bidder shall consider such names only as indicated in
the aforesaid list and clearly indicate in the bid the name(s) as selected against
these items. For any other item not covered in the list enclosed with this tender
document, prior approval shall be obtained by the contractor for its make/
supplier’s name.

13.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications forming
part of this contract. Contractor shall advise Owner/ Consultant in writing at
least 10 days in advance of the date of final inspection/tests. Manufactures
inspection or testing certificates for equipment and materials supplied, may be
considered for acceptance at the discretion of Owner/ Consultant. All costs
towards testing etc. shall be borne by the contractor within their quoted rates.
All inspection of various items shall be carried out based on Quality Assurance
Plan, which will be submitted by the Contractor and duly approved by Owner/
Consultant.

14.0 ESCALATION

The Unit Rates quoted shall be kept firm till completion of work, and no price
Escalation shall be paid.

15.0 DOCUMENTS TO BE SUBMITTED/ PRODUCED ALONGWITH R.A.


BILLS

i) Computerized R.A. Bill/ Manual Bill, with IT No./ ST No./ Labour


License No. Printed thereon.
ii) ESI/ EPF clearance certificates for the last month alongwith R.A. Bills.
iii) Insurance Policy as per relevant clauses of Contract Agreement.
iv) Attendance Register and Salary Records.
v) Photocopy of the measurement book to be attached with R.A. Bills.
vi) Any other document required for the purpose of processing the bills.
vii) Registration Certificate with Sales tax authorities of state concerned.

16.0 INSURANCE FOR FREE ISSUE MATERIAL

16.1 Insurance for Free Issue Material


Contractor shall at his own expense arrange, secure and maintain insurance
cover for Owner’s supplied free issue materials as defined in Tender
Document. Contractor’s quoted price shall be inclusive of all costs on account
of insurance liabilities covered under the Contract. Contractor to note that
the beneficiary of insurance cover shall be in the name of BGL. (The
approximate cost of free issues material is Rs. 15.0 Crore).

Page 37 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
247
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

16.2 Insurances in India

16.2.1 In addition to the insurance covers specified in the General conditions of


Contract to be obtained and maintained by the Contractor, Contractor shall at
his own expense arrange, secure and maintain insurance with Indian
insurance companies to the satisfaction of the owner as may be necessary
and to its full value for all such amounts to protect the works in progress
from time to time and the interest of Owner against all risks as detailed
herein. The form and the limit of such insurance as defined herein together
with the under writer works thereof in each case should be as acceptable to
the Owner. However, irrespective of work acceptance the responsibility to
maintain adequate insurance coverage at all times during the period of
Contract shall be that of Contractor alone. Contractor’s failure in this regard
shall not relieve him of any of this responsibilities and obligations under
Contractor.

16.2.2 Any loss of damage to the equipment during inland transportation, storage,
erection and commissioning till such time the Work is taken over by Owner
shall be to the account of Contractor. Contractor shall be responsible for
preferring of all claims and make good for the damage or loss by way of
repairs and/ or replacement of the parts of the Work damaged or lost.
Contractor shall provide the Owner with a copy of all insurance policies and
documents shall be submitted to the owner immediately upon the Contractor
having taken such insurance coverage. Contractor shall also inform the
Owner regarding the expiry cancellation and/ or changes in any of such
documents and ensure revalidation/ renewal etc., as may be necessary well
in time.

16.2.3 The risks that are to be covered under the insurance shall include, but not be
limited to the loss or damage in handling, transit, theft, pilferage, riot, civil
commotion, weather conditions, accidents of all kinds, fire, war risk etc. The
scope of such insurance shall cover the entire value of supplies of
equipments, plants and materials.

16.2.4 All cost on account of insurance liabilities covered under this Contract will be
to Contractor’s account and will be included in Contract Price. However, the
Owner may from time to time, during the currency of the Contract, ask the
Contractor in writing to limit the insurance coverage risk and in such a case,
the parties to the Contract will agree for a mutual settlement, for reduction in
Value Of Contract to the extent of reduced premium amounts.
16.2.5 Contractor as far as possible shall cover insurance with Indian Insurance
Companies.

Page 38 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
248
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

17.0 SPECIAL POINTS PERTAINING TO SPECIFICATION

Following amendment are pertaining to technical specification of Vol-II of II.

1. Specification No. MEC/S/05/62/10 for Pipeline Markers.

Refer Sketch No. MEC/SD/05/62/10/02 for ROU boundary marker of


above specification. Height of marker above ground level marked as
350mm shall be increased to 650mm.

2. Specification No. MEC/S/05/62/03A for Hydrostatic Testing

Refer Clause 6.0 equipment and instrumentation. Fill pump capacity


shall be such that pig travel speed is approx. 2 km/hr.

3. Specification No. MEC/S/05/62/02A – Welding of Onshore Cross-


Country Pipeline.

Refer Clause No. 12.2 & 12.3 (i.e. Welding Procedure Qualification &
Welder’s Qualification)

Following to be noted :
i) Welding procedure qualification & welder’s qualification,
testing and acceptance criteria shall be as per API 1104
applicable only for pipeline system design internal pressure 19
kg/cm2(g).

Refer Clause No. 12.5 “Non-Destructive Examination”

Following to be noted :

i) Standards of acceptability shall be strictly as per API 1104.


Any requirement over and above, this mentioned anywhere in
this specification shall not be applicable for this project.
ii) Ultrasonic inspection – No UT is required for tie-in/ cut-out
joints where more than 20mm cutting is involved. Dye
penetration test for checking lamination is required.
iii) Re-repair of joints shall be permitted as per API 1104 provided
all procedure is followed as stipulated in API 1104.
iv) Gamma-ray radiography may be used for tie-in joint provided
slow film like D4 radiography film is used by contractor for
better sensitivity.

4. Specification No. MEC/S/05/62/06 – Terminal Piping, Fabrication and


Erection.

Following changes shall be considered :-

i) Gamma ray shall be used for Terminal Pipe welding provided slow film
like D4 film is used.

Page 39 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
249
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

ii) Acceptability Criteria shall be only as per API-1104

17A.0 Following new clauses are also to be considered wherever required which are
specific to city conditions laying.

i) Preliminary Activities, Design and Detailed Engineering

- Contractor shall carry out all preliminary activities, surveys of utilities to


the extent required for main pipeline and distribution/ branch lines,
laying underground pipelines and prepare alignment sheets, crossing
drawings alongwith bill of material with all details necessary for
construction of the main and branch lines. The minimum pipeline cover
shall be kept as follows:

Pipeline Burial Requirement

The entire pipeline shall be buried and provided with a minimum cover
as given in Table below :

Pipeline Burial Requirements


Location Min. Cover (m)
a) Stream / Canal / Nala and other minor water crossing 1.5
(below firm bed level)
b) Cased/ Uncased Road/ cart track crossings 1.2
c) Cased railway crossings 1.7
d) Drainage, ditches at roads/ railway crossings 1.0
e) Industrial, Commercial, Residential and other locations 1.0
including rocky areas
f) Major water crossings (below scour level) 2.5
g) River crossing with rocky bed (below scour level) 1.5

Note:
i) The depth of cover shall be measured from the top of the pipe coating
to the top of the undisturbed surface of soil or the top of graded
working strip, whichever is lower. The fill material in the working strip
shall not be considered in the depth of cover.
ii) The cover shall be measured from the top of road or top of rail, as the
case may be;
iii) For river / water courses that are prone to scour and erosion, adequate
safe cover as mentioned above or as advised by concerned authorities
(whichever is stringent) shall be provided below the predicted scour
profile expected during the life time of the pipeline.
iv) When scour level is not known, an additional cover of at least 1 m or as
advised by concerned authorities shall be provided from the existing firm
bed of the river / water course except in case or rocky river bed;
v) Minimum cover mentioned above against sl. no. a), b), c), d) & e)
category may be increased based on the statutory requirements from
concerned authorities and authorities requirement shall be final and
binding to the contractor.

Page 40 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
250
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

vi) Soft soil / sand padding of minimum 100 mm thickness or as mentioned


in standard drawing (whichever is stringent) to be provided around the
pipeline where gravel / hard soil or rocky area is encountered.

- Contractor shall carry out detailed engineering as required for


preparation of General Arrangement Drawings (GADs) for CGS cum
mother station ,Pressure reduction stations & connection at existing tap-
off location and for future connections along with bill of materials.

Owner will provide typical sketches for above ground installation (i.e. at
CGS cum mother station ,Pressure reduction stations & connection at
existing tap at etc.) Contractor shall develop General Arrangement
Drawings (GADs) good for construction for various sizes and locations
based on typical sketches/ drawings alongwith bill of materials and
submit to Owner for reviews/ approval. Construction work shall be
carried out based on construction drawings duly approved by Owner/
Consultant.

- The detailed engineering for above ground installation shall include


detail engineering pertaining to all disciplines along with bill of materials.
- All the documents/ drawings prepared by the Contractor shall be
submitted to Owner/ Engineer-in-charge for review and approval. All
works shall be executed based on the approved drawings/ documents
only.

- Contractor shall obtain all clearance from Government authorities.


However bank guarantee/ required fee or charges shall be submitted by
Owner.

- Contractor shall carry out corrosion survey, design, detail engineering,


installation, testing & Commissioning for temporary cathodic protection
including supply of all items for design life of 2 years.

ii) Main and Distribution Pipeline

- "Receiving and Taking-over" as defined in the Specifications of Owner


supplied Carbon Steel externally corrosion coated/ bare line pipe of
specified sizes and thickness from Owner's designated stacking yard(s),
place(s) of issue in/ around the concerned city, transportation including
loading, unloading, handling, stacking, hauling and stringing of pipes
from Owner's stacking yard(s)/ designated point(s) of issue to
Contractor's own stock yard(s)/ work site(s)/ workshop(s)/ pipeline
Right-of-Use, including arranging all necessary intermediate storage
area(s) required thereof till the pipes are installed in permanent
installation. The exact location of the Purchaser's stacking yard near
each city shall be intimated to the Contractor after the award of
contract.

- Carrying out inspection of pipes and pipe coating at the time of receiving
and taking-over and recording all the defects etc., noticed in the

Page 41 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
251
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

presence of Owner's representative and carrying out all repairs


including supply of all repair materials.

- Carrying out repairs of the pipes and pipe coating not attributable to
Owner (including supply of all materials) including defects/ damage
occurring during transportation and/ or handling after receiving and
taking-over including supply of all materials.

- Receiving and taking-over of all owner supllied material other than


corrosion coated CS line pipe, loading, unloading, handling, stacking,
storing and transportation to workshop, work site of all materials that
may be used for the construction of pipeline system either supplied by
Owner at their designated stockyard(s)/ designated stores and/ or by
Contractor as the case may be.

- All additional route/ topographic surveys and/ or soil investigation


required for local detours of main line and survey soil data for branch
lines as required, including preparation of plan and profile drawings
without any extra cost to Owner.

- Staking, clearing, grading, fencing of Right-of-Use (ROU) wherever


required, trenching to all depths in all types of soil including soft and
hard rock, including chiseling or otherwise cutting etc. to a width to also
accommodate the optical fiber cable/ cable conduit as per the relevant
standards, drawings, specifications etc. Aligning, bending, welding, NDT
including 100% radiography, field weld joint coating, external corrosion
coating of long radius bends and buried fittings/ valves including supply
of coating material as per the field joint coating specification, laying and
lowering, carrying out road, canal, utility and submerged water crossings
including bank stabilisation of water crossings as required including
arranging all temporary land/ area required for construction purposes;
supply and installation of anti-buoyancy measures viz. Continuous
concrete coating, select backfill, extra cover, etc. on pipeline. Blasting of
rock is not allowed. The excavated soil is to be kept/ disposed at the
place specified by the Engineer-in-charge.
- Barricading of trench as per instruction of EIC / tender drawings
wherever required.
- Carrying out corrosion coating of 450 micron thick two component
underground coal tar epoxy, applied with minimum three coats for
underground valves & fittings.
- Welding of all tie-in joints for pipeline section laid across other utility
crossings along with insulating joints upto and including valves and
fittings.
- Placement of PE warning mat( D+300) mm wide and 1.0mm thick over
pipeline along complete route or as per standard drawing, whichever is
stringent.

Page 42 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
252
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

- Backfilling, temporary restoration including supply of select back fill


material wherever required, compaction, clean-up, flushing, pigging,
hydrostatic testing with the quantity of corrosion inhibitor as required,
de-watering, swabbing of the main pipeline and removal of water by
compressed air in branch lines. The backfilling and sand padding shall
be carried out as per the instructions of Engineer-in-charge/ any
relevant drawing enclosed with tender.

- Clean-up and restoration of Right-of-Use as per specification and


drawings and other conveniences like road, rail, canal, utility crossings
etc. to original condition, to the entire satisfaction of Owner and/ or
authorities having jurisdiction and returning excess construction
materials to Owner's designated stock-yard(s).

- Obtaining all necessary permissions, approvals and work permits from


local authorities as applicable for performing the work including shifting
of telephone/ electrical poles, hume pipes etc., if required.

- Pre-commissioning, providing commissioning assistance, nitrogen


purging of the complete underground pipe network including supply of
all materials such as required type and quantity of pigs, consumables
and manpower that are required during pre-commissioning and
commissioning activities including all coordination with and assistance to
other agencies/ contractors during commissioning operations and all
associated works.

- Installation of all on-line instruments, pressure gauge, valves, insulating


joints, appurtenances, etc.

- Loading, unloading, handing over and transportation of all surplus


Owner supplied free issue materials including short length pipes to
Owner's designated store and stacking the same as per the directions of
Engineer-in-charge.

- Cutting/ up rooting of trees within ROU, counting the number and type
of trees cut during pipeline laying works in presence of DFO/ concerned
authorities and keeping record thereof, staking and banding over of all
cut trees as per the direction of Engineer-in-charge.

- All requirements and stipulations of statutory authorities shall be


adhered.

- Repair of leaks/ burst, not attributable to Contractor, occurring in Owner


supplied material shall be carried out by the Contractor and the
Contractor shall be compensated as per provisions of the contract.
However repair of such defects attributable to Contractor shall be
carried out by Contractor at no extra cost to Owner.

- Hook-up of piping facilities by welding, hot tapping or flanged


connection (as shown in AFC drawings) with equipments and at the

Page 43 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
253
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

battery limit with the facilities installed by others including cutting, fit-up,
welding, NDT, radiography, interface/ co-ordination as required for inlet
connection to CNG Stations & DRS aboveground installation.

- Any other works not specifically listed herein above but are required to
complete in installation work of pipeline and associated facilities in all
respects.

- Preparation of as-built drawings, pipe-books, project records and


photograph as per specifications and instruction of Engineer-in-charge.

iii) Associated Works for Pipeline Construction

- Installation of casing pipe (by open cut / jacking / boring / HDD)


assembly, including supply of all materials viz. casing insulators and end
seals etc. complete at cased crossings.

- Supply and installation of all types of pipeline markers including their


painting, suitable for normal corrosive environment as per specification
and all the associated civil works.

- Sand/ soft soil padding around pipe where required including supply of
sand/ soft soil.

- Application of continuous concrete coating on line pipe and field joints as


required.

- Excavation along existing pipe-route up to 1.6m depth to locate existing


underground tap-offs, backfilling, and restoration of excavated soil.

- Valve pits and joint pits shall be made as per drawing enclosed, at
locations specified by the Engineer-in-charge.

- Fencing at SV Stations shall be carried out by Contractor including


supply of all civil & structure materials, complete foundation & civil
works, fabrication & installation of chain link fencing, gates, painting etc.
as per drawings & specifications.

- Corrosion survey, design, detailed engineering, supply & installation of


temporary cathodic protection works as per enclosed specification and
as directed by Engineer-in-charge.

- Providing barricading for safety during fabrication, installation and


testing of pipeline as per tender specification.

iv) Future Tap-off Connections

- Complete works for installation of all piping works at all depths inside
the pit, including all piping, valves, fittings at all depths inside the pit, all
civil works including excavation of pits, pipe supports foundations etc. as

Page 44 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
254
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

shown in the relevant enclosed typical drawing. The side wall and
bottom of the pit have a withstand an out side hydrostatic pressure of at
least 1 kg/cm2.

- Protective coating of 450 micron thick two component High Build epoxy,
applied with the help of minimum 3 coats, duly approved by Owner
including supply of materials for all piping, valves, fittings, structural
steel etc. for buried and installation inside pit.

- Corrosion coating of all field weld joint coating for buried piping of all
sizes including supply of all materials.

- Filling and grading of areas around valve station for avoiding any local
flooding of the area.

v) Restoration of Existing Facilities

All restoration works damaged during construction such as roads, pavements,


utilities, cables, pipeline, sewers, streams, drains, ditches and any other
facilities. All restoration work shall be carried out to original condition to entire
satisfaction of Owner and concerned authorities.

- All roads, footpaths (including roads and footpaths inside colonies) shall
be restored to original condition, and to the satisfaction of the Engineer-
in-charge and the concerned authority. The specification for restoration
work shall be inline with the technical specification of various elements
such as footpath, filling work, curb stores, drains, pavement, service
road, main road and highways as per the respective concerned
Government Authorities such as PWD local civic authority etc. In case of
any dispute, the decision of Engineer-in-charge shall be final and binding
on the Contractor.
In the event of Contractor's failure to adhere to these specifications and
time schedule owner reserves the right to get these restoration work
completed by approaching a third agency at Contractor's risk and cost.

Contractor shall obtain clearance certificate regarding satisfactory


restoration from concerned Authority.

The concrete surfaces shall be restored and the concrete shall be placed
with a minimum thickness of 50mm in footpaths and 100mm in
roadways and driveways. To retard curing of the installed concrete, wet
sack cloth is to be placed on the finished surface and kept damp for a
period of 36 hours.

Where slabs and blocks are to be restored, the level of the compacted
sub-base is to be adjusted according to the slab/ block thickness. The
slabs or blocks should be laid on moist bedding material, which should
be graded sand, mortar or mortar mix. The slab or blocks should be
tapped into position to ensure they do not rock after laying.

Page 45 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
255
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

The restored slabs or blocks should match the surrounding surface


levels. Joint width should match the existing conditions, and be filled
with a dry or wet mix of mortar.

Turf shall be replaced in highly developed grassed area. In lesser-


developed grassed areas topsoil should be replaced during the
restoration process.

When permanent surface restorations cannot be completed


immediately, the Contractor shall provide and maintain a suitable
temporary running surface for vehicular traffic and pedestrians. The
Contractor will be responsible for the maintenance of all restoration
carried out, for the duration of the contract guarantee period.

The Contractor is to ensure the restoration work is properly supervised,


and that the material used is suitable for the purpose and properly
compacted. Where the required standards are not achieved the
Contractor will be required to replace the defective restoration work.

Note that payment for pipe laying will only be authorised on satisfactory
restoration, and where the sites has been cleared of all surplus materials
etc.

Markers are to be installed as part of the reinstatement process. The


types of markers area as specified in the specification attached.

All trees to be uprooted at the time of pipe-laying activities should be


properly replanted to a nearby area as directed by the Engineer-in-
charge so that there is minimum loss of plantation.

In some areas restoration will be carried out by respective statutory


authority. In this case Contractor has to backfill and compact the trench
and remove all surplus material as per the instructions of Engineer-in-
charge.

17B.0 Following points shall be taken care by the contractor before during
execution works.

i) Contractor shall be responsible for taking necessary precautions


regarding traffic (installation of notice / warning boards).

ii) Contractor shall be totally responsible for the occurrence of any accident
during excavation of road and shall be liable for damages / expenses
due to the same.

iii) Concerned authority / Owner shall not be responsible for any loss /
damage.

Page 46 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
256
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

iv) One copy of the permission shall be made available with contractor’s
responsible workman at the place where excavation is undertaken.

v) While executing the subject work, excavation shall be done in


consultation with the concerned authority engineer of that area.

vi) Necessary safety measures shall be taken for the gas pipeline, since
high tension lines and other services carriers are running alongwith in
gas pipeline route in the area.

17C.0 Special note pertaining to Schedule of Rates (SOR).


[SOR No. 05/21/23LZ/CG/SOR-01, Rev.-0]

i) All SOR item shall be quoted by the bidder in the price part of the bid,
other-wise bid will be rejected.

ii) The quantities given above against individual items are indicative and
shall not be considered to be binding. The quantities may be increased,
decreased or deleted at site at the time of actual execution and as per
discretion of Owner / Engineer-in-charge. The unit rate shall be
operated to work out the final payment due to Contractor.

iii) The payment will be made as per actual certified measurement at site.

iv) The scope as mentioned in the SOR is of indicative nature only and shall
include all activities as detailed in the relevant clauses of the respective
Particular Job Specifications, Technical Specifications, Data Sheets &
drawings, etc.

v) The quantities mentioned in SOR for contractor supplied items


shall be finalized and procured by contractor only after due
approval of Engineer-in-charge. Contractor supplied any
surplus item during reconciliation shall not be accepted / taken
by the Owner.

vi) Restoration works of pipeline trench made by open cut method


along ROU including pipeline crossings are excluded from
Contractor’s scope in SOR. However, if any private road /
footpath / pavement etc. falls under proposed pipeline route
and if crossed by open cut method, in that case restoration
works shall be done by the contractor and pavement shall be
made as per respective item mentioned elsewhere in the SOR.
Owner’s / Engineer-in-Charge’s decision in this regard shall be
final and binding to the contractor.

Page 47 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
257
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

18.0 LIST OF SUPPLIERS OF MAJOR


BOUGHT-OUT ITEMS
(APPENDIX-I TO PARTICULAR JOB
SPECIFICATION FOR MAINLINE, MECHANICAL &
ASSOCIATED WORKS)

Page 48 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
258
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Appendix-I
To Particular Job Specification of Work

LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS

A) Mainline & Mechanical

i) Pipes C.S.

1. TISCO, Calcutta
2. BHEL, Tiruchirapalli
3. Maharashtra Seamless, Mumbai
4. Jindal Pipes Ltd., New Delhi
5. SAIL, Calcutta
6. Indian Seamless Metal Tubes Ltd, India
7. Surya Roshni, New Delhi
8. Kalyani Steel, Kakinada
9. Changshu Seamless Steel Tube Co.
10. Heavy Metals & Tubes Ltd (Mehsana), India
11. Jindal Saw Ltd (Nashik Works), India
12. Mahalaxmi Seamless Ltd, India

ii) Pipes (1239/3589)


1. TISCO, Calcutta
2. Jindal Pipes, New Delhi
3. Ajanta Tubes, New Delhi
4. Gujrat Steel Tubes
5. Khandelwal

iii) Valve

a) Plug Valves

1. M/s Breda Energia Sesto Industria Spa, Italy


2. M/s Fisher Xomox Sanmar India Ltd., New Delhi
3. M/s Larsen & Toubro Ltd. (Audco India Limited, Chennai)
4. M/s Nordstrom Valves Inc., USA
5. M/s Serck Audco Valves, UK
6. M/s Sumitomo Corporation, New Delhi

iv) Insulating Joint

1. M/s Piping Technology, France (Erstwhile M/s Lall Storm)


2. M/s Nuovagiungas, Italy
3. M/s Zunt Italiana
4. M/s IGP
5. M/s Alpha Engineering
6. RMA Engineering

Page 49 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
259
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

v) Flanges

1. M/s Aditya Forge Ltd., Vadodara


2. M/s Amforge Industries Ltd., Mumbai
3. M/s CD Engineering Co., Ghaziabad
4. M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai
5. M/s Echjay Industries Ltd., Rajkot
6. M/s Sawan Engineers, Baroda
7. M/s Forge & Forge Pvt. Ltd., Rajkot
8. M/s Golden Iron & Steel Works, New Delhi
9. M/s JK Forgings, New Delhi
10. M/s Metal Forgings Pvt. Ltd., Mumbai
11. M/s Perfect Marketings Pvt. Ltd., New Delhi
12. M/s Sky Forge, Faridabad
13. M/s S&G, Faridabad
14. Chaudhry Hammer Works Ltd, India
15. JAV Forgings (P) Ltd, India
16. Kunj Forgings Pvt Ltd, India
17. MS Fittings
18. R.N. Gupta & Co. Ltd, India
19. R.P. Engineering Pvt Ltd, India
20. Sanghvi Forgings & Engineering Ltd
21. Shri Ganesh Forgings Ltd., India
22. Uma Shankar Khandelwal & Co., India

vi) Fittings

1. M/s Commercial Supplying Agency, Mumbai


2. M/s Dee Development Engineers Ltd.
3. M/s Eby Industries, Mumbai
4. M/s Flash Forge Pvt. Ltd., Vishakhapatnam
5. M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara
6. M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata
7. M/s Stewarts & Lloyds of India Ltd., Kolkata
8. M/s Teekay Tubes Pvt. Ltd., Mumbai
9. M/s Pipe Fit,Baroda
10. M/s Sky Forge, Faridabad
11. M/s S&G, Faridabad
12. M/s Sawan Engineers, Baroda
13. Eby Fasteners, India
14. Leader Valves Ltd, India
15. R.N. Gupta & Co. Ltd, India
16. Exten Engg Pvt Ltd
17. Sivananda Pipe & Fittings Ltd
18. Tube Products Incorporated

vii) Gaskets

1. IGP Engineers (P) Ltd., Madras


2. Madras Industrial Products, Madras

Page 50 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
260
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3. Dikson & Company, Bombay


4. Banco Products (P) Ltd., Vadodara
5. Goodrich Gaskets Pvt Ltd
6. Starflex Sealing India Pvt Ltd, India
7. Teekay Meta Flex Pvt Ltd
8. UNIKLINGER Ltd

viii) Fasteners

1. Nireka Engg. Co. (P) Ltd., Calcutta


2. Precision Taps & Dies, Bombay
3. AEP Company, Vithal Udyoug Nagar
4. Fix Fit Fasteners, Calcutta
5. Precision Engg. Industries, Baroda
6. Echjay Forgings Pvt. Ltd., Bombay
7. Capital Industries, Bombay
8. Boltmaster India Pvt Ltd, India
9. Deepak Fasteners Limited, India
10. Fasteners & Allied Products Pvt Ltd, India
11. Hardwin Fasteners Pvt Ltd, India
12. J.J. Industries, India
13. Multi Fasteners Pvt Ltd, India
14. Nexo Industries, India
15. Pacific Forging & Fasteners Pvt Ltd, India
16. Pioneer Nuts & Bolts Pvt Ltd, India
17. Precision Auto Engineers, India
18. President Engineering Works, India
19. Sandeep Engineering Works, India
20. Syndicate Engineering Industries, India

ix) Welding Electrodes


1. For Mainline – Lincon make
2. For Terminal – Lincon & D&H or equivalent

x) Fire Fighting Equipments

a) Fire Extinguishers

1. Avon Services (Production & Agencies) Pvt. Ltd., Bombay


2. Kooverji Devshi & Co., Bombay
3. Zenith Fire Services, Bombay
4. Safex Fire Services, Bombay
5. Reliable (Fire Protection) India Ltd., Bombay
6. Brij Basi Hi
7. tech Udyog
8. Bharat Engg Works, India
9. Gunnebo India Ltd
10. Nitin Fire Protection Industries Ltd, India
11. Supremex Equipments, India
12. Vimal Fire Controls Pvt Ltd., India

Page 51 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
261
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

xi) Heat Shrinkable Sleeves

1. Covalence Raychem (Berry Plastics Corporation)


2. Canussa – CPS

xii) Cold Applied Tapes

1. Denso GmBH
2. Polyken (Berry Plastics Corporation)

xiii) PUR Coating

1. Powercrete (Berry Plastics Corporation)

xiv) Casing End Closure

1. Raci, Italy
2. Raychem RPG Limited

xv) Casing Insulators

1. Raci, Italy
2. Raychem RPG Limited

xvi) Rockshield

1. Raychem RPG Limited

xvii) Warning Tape


1. Sparco Multiplast Pvt. Ltd., Ahmedabad

B) INSTRUMENTATION

i) Field Mounted Instruments like PG, TG


1. AN Instruments
2. General Instruments
3. Wika
4. Waree

ii) RTD
1. General Instruments Ltd., Mumbai
2. Nagman Sensor Pvt. Ltd.
3. Pyro Electric, Goa

iii) SS Tubes Fittings


1. Swagelok, USA
2. Parker, USA
3. Sandvik, Sweden
4. Choksi Tubes

Page 52 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
262
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

iv) Inst. Valves & Manifolds


1. Swagelok, USA
2. Parker, USA

v) Control & Signal Cables


1. Associated Cables
2. Associated Flexibles
3. Universal
4. Delton
5. Brook
6. KEI India

C) CATHODIC PROTECTION

1.0 MIXED METAL OXIDE ANODES

M/S TITANOR COMPONENTS LTD., GOA, INDIA


M/S ORANZIO DE NORA, ITALY
M/S MAGNETOCHEMIE, HOLLAND
M/S ACTEL LTD., U.K.
M/S ELTECH SYSTEMS CORPORATION, USA
M/S CERANODE TECHNOLOGIES, USA
M/S MATCOR (USA) or equivalent

2.0 Hi-Si-Cr-Cast iron Anode

M/S Metal Founder, Mumbai


M/S Durichlor 51 solid rod cast iron anode

3.0 TRANSFORMER- RECTIFIER UNITS & CPPSM

A) M/S Raychem RPG Ltd. (CANARA ELECTRIC), Mumbai


B) Kristron Systems, Lower Parel, Mumbai.
C) HOCKWAY, UK
D) Good-All Electric, USA.

4.0 JUNCTION BOXES (CLASSIFIED TYPE)

A) FLAME PROOF EQUIPMENT PVT. LTD.(FEPL), BOMBAY


B) BALIGA LIGHTING, CHENNAI
C) CEAG FLAME PROOF CONTROL GEARS, BOMBAY
D) FLEXPRO ELECTRICALS, NAVSARI, GUJARAT

5.0 CABLES

A) VICTOR CABLES
B) FORT GLOSTER CABLES
C) UNIVERSAL CABLES
D) NETCO CABLE

Page 53 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
263
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

E) FINOLEX CABLES
F) ASIAN CABLES
G) RADIANT CABLES
H) CCI CABLES
I) KYNER CABLES: SUYOG ELECTRICALS LIMITED(INDIA),
MATCOR (USA), NIXUS(USA), YUXI (CHINA).

6.0 PERMANENT REFERENCE ELECTRODES

A) PERMACELL/HARCO (USA)
B) BORIN MANUFACTURER, USA
C) M.C.MILLER, USA
D) CORRTECH (ZULU)

7.0 MCCB/MCB FOR POWER DISTRIBUTION BOARD

A) SIEMENS
B) L&T
C) MERLIN GERIN
D) MDS
E) INDO ASIAN
F) AEG
G) HAGER
H) HAVELL’S,
I) ABB
J) SCHNEIDER ELECTRIC INDIA PVT.LTD

8.0 HEAT SHRINK CAP FOR ANODE TO CABLE JOINT

A) M/S RAYCHEM, USA


B) M/S MATCOR (USA)

9.0 SURGE DIVERTOR - EXD

A. M/S DEHN
B. M/S. CORRPRO SYSTEMS
C. M/S SOHNE
D. M/S OBO

10. SOLID STATE POLARISTATION CELL


A) M/S DAIRYLAND
B) M/S. CORRPRO SYSTEMS

11. ANODE BACKFILL MATERIAL


M/S Loresco, USA
M/S Goa Carbon (Goa),
M/S India Carbon (Calcutta),
M/S Petrocarbon & Chemical Company (Haldia)

Page 54 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
264
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

12. THERMIT WELDS


M/S ERICO, USA
M/S THERMOWELD, USA

13. PINBRAZING
M/S SAFE TRACK
M/S BAC, UK

14 MAGNESIUM & ZINC ANODES

M/S Impalloy International


M/S Corrpro International
M/S HOCKWAY, UK
M/S NAKABOHTEC, Japan
M/S Nippon Corrosion, Japan
M/S AFIC, KSA
M/S Wilson Walton International
M/S XIANG METAL, CHINA
M/S SHUNRUI, CHINA
M/S Platt Bros. and Company, USA
M/S YUXI, CHINA

D) TCP CONTRACTORS

1) M/s Corrtech International Pvt. Ltd., Ahemdabad


2) M/s SSS Electrical (I) Ltd., Mumbai
3) M/s Corrosion Control Services(B)Pvt. Ltd., Mumbai
4) M/s Raychem RPG Ltd., Delhi

Note : For execution of TCP works from TCP Contractor other than listed above, the
same may be acceptable subject to the following :

a) The TCP agency / sub-contractor should have completed at least one


job consisting of design, detailed engineering, supply, installation,
testing / commissioning of temporary cathodic protection of at least
one cross country pipeline handling hydrocarbon, of minimum 50%
length of the pipeline length being offered in respective section,
executed in any one contract during the last 7 (seven) years. The
documentary evidences required LOA copies, completion certificate,
etc.

b) The vendor / supplier should not be in the Holiday list of BGL /


MECON / other PSU.

E) NDT AGENCY

1. NDT Services, Ahmedabad


2. GEECY Industrial Services Pvt. Ltd., Mumbai
3. Corrosion Control Services, Mumbai
4. Perfect Metal Testing & Inspection Agency, Calcutta

Page 55 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
265
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

5. Inter Ocean Shipping Co., New Delhi


6. RTD, Mumbai
7. Sievert, Mumbai
8. X-Tech, Vizag

1) For procuring bought out items from vendors other than those listed above, the
same may be acceptable subject to the following: -

a) The vendor/ supplier of bought out item(s) is a manufacturer/ supplier of said


item(s) for intended services and the sizes being offered is in their regular
manufacturing/ supply range.

b) The vendor / supplier should not be in the Holiday list of BGL / MECON /
other PSU.

c) Should have supplied at least one single random length (i.e. 5.5 meters to 6.5
meters) for item assorted pipes / tubes and minimum 01 (One) number for
other item(s) (other than assorted pipes / tubes) of same or higher in terms
of size and rating as required for intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection


Certificate etc. for the above, along with their bids.

2) For any other item(s) for which the vendor list is not provided, bidders can supply
those item(s) from vendors/ suppliers who have earlier supplied same item(s) for the
intended services in earlier projects and the item(s) offered is in their regular
manufacturing/ supply range.

The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder, these
documents shall required to be submitted by them within 30 days from date of
Placement of Order for approval to BGL / MECON.

3) The details of vendors indicated in this list are based on the information available
with MECON, Contractor shall verify capabilities of each vendor for producing the
required quantity with. PMC does not guarantee any responsibility on the
performance of the vendor. It is the contractor’s responsibility to verify the correct
status of vendor and quality control of each parties and also to expedite the material
in time.

Page 56 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
266
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

19.0 LIST OF DATA SHEETS


(APPENDIX-II TO PARTICULAR JOB
SPECIFICATION FOR MAINLINE, MECHANICAL &
ASSOCIATED WORKS)

Page 57 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
267
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

LIST OF DATA SHEETS


CONTENTS

A) BARRED TEES

Sl. No. Size NB, Inches Remarks

1. 10" x 10” x 10” Attached in Vol.-III of III

2. 10" x 10” x 6” Attached in Vol.-III of III

3. 10" x 10” x 4” Attached in Vol.-III of III

4. 6” x 6” x 4” Attached in Vol.-III of III

5. 4” x 4” x 4” Attached in Vol.-III of III

B) INSULATING JOINTS

Sl. No. Size NB, Inches Remarks

1. 10” Attached in Vol.-III of III

2. 4” Attached in Vol.-III of III

C) BALL VALVES

Sl. No. Size NB, Inches Remarks

1. ¾” Attached in Vol.-III of III

Page 58 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
268
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

20.0 LIST OF CROSSINGS


(APPENDIX-III TO PARTICULAR JOB
SPECIFICATION FOR MAINLINE, MECHANICAL &
ASSOCIATED WORKS)

Page 59 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
269
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

CROSSING SHEET

WIDTH OF
CHAINAGES TYPE OF CROSSSING Methodlogy of crossing
CROSSING (in M )

ROUTE A TO D8
0.518 Road 27.59
0.055 Nala 4.24
3.178 Road 30.76
5.800 Nala 13.25 HDD
10.915 Nala 20.37 HDD
11.929 Railway 27.00
13.456 Road 20.11

ROUTE A TO D
0.007 Road 11.57
0.008 Road 21.54
0.100 Road 17.63
0.477 Road 15.22
1.053 Nala 13.20 HDD
1.213 Road 24.55
2.064 Road 36.93
2.982 Road 31.92
3.264 Road 19.82
3.351 Road 8.12
2.852 Road 14.64

ROUTE J TO J2
0.816 Road 10.42
1.362 Road 29.00

ROUTE I TO I3

1.756 Road 16.21


3.615 Road 4.70

ROUTE D TO D8
4.299 Railway 28.74
6.952 Creek 71.88 HDD

ROUTE H TO H3
2.197 Nala 25.13 HDD
4.430 Road 15.55
4.393 Nala 44.41 HDD
4.909 Road 18.29
5.033 Road 22.32
5.734 Road 24.67

Page 60 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
270
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

WIDTH OF
CHAINAGES TYPE OF CROSSSING Methodlogy of crossing
CROSSING (in M )

ROUTE A TO B-5
0.938 Road 20.59
1.341 Road 8.90

ROUTE A5 TO C
0.005 Road 10.00

ROUTE E TO E-12
2.940 Nala 19.20 HDD
3.860 Road 7.16
3.880 Road 4.09
9.190 Road 46.45
11.107 Railway 63.78
11.758 Nala 20.51 HDD
12.335 Road 8.42

ROUTE G TO G-10
0.017 Road 30.76
0.146 Road 8.70
0.161 Road 14.29
1.953 Road 16.34
2.057 Railway 13.96
3.487 Road 10.14
3.854 Road 23.01

ROUTE F TO F-3
0.008 Road 21.54
1.213 Road 24.55
2.982 Road 31.92
3.264 Road 19.82
3.351 Road 8.12

Note:- There is no rocky soil up to 1.5 m in above pipeline route

Page 61 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
271
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3b)PARTICULAR JOB SPECIFICATION


FOR
CIVIL & STRUCTURAL WORKS

Page 62 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
272
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.0 CIVIL & STRUCTURAL WORKS

I) General

The scope of work to be performed under this contract shall include complete
civil works as per plans, equipment layout, drawings & technical specifications
for SV Stations etc.:

II) Scope of Supply

Contractor shall procure & supply to site all the materials including cement,
reinforcing steel, steel sections/plates, pipes, mesh and other accessories,
other masonry materials, bitumen/asphalt, admixtures & bonding agents,
sealants, kerb stones, pavior block, sand and boulder etc., and any other
material/item required to complete the civil & structural works. All costs
towards testing/inspection of materials/goods shall be borne by the
Contractor. No materials/items shall be supplied by the Owner (except
anchor bolts & base plates as free issue items).

III) Site Work

Complete construction work including supply of labour, construction


materials, construction equipment, survey, tools & tackles, dismantling &
modification/strengthening, supervision, testing etc. required to complete all
the structures, foundations, roads, drains, pavements, finishes, fencing,
painting, including site grading/earthwork in cutting & filling etc. as specified
and required to complete the civil & road works in all respect.

(All enabling works e.g. construction water tank, casting/fabrication yard,


electricity, site stores & office, safety and security measures, coordination
with other contractors working at site etc. shall be Contractor’s responsibility.
Special permits to such as ‘Hot Permit”, “Fire Safety Permit” to work at
dispatch terminal shall be contractor’s responsibility.)

IV) Scope of Work

1. Tap Off / Receiving Terminal

a) Site grading of SV Stations plot including plot development by cutting / filling


good/borrow earth wherever required with turfing of non paved/constructed
areas.
b) PCC M-10C in leveling course / drains etc. over well compacted earth as shown
in drawings.(wherever not included in the respective RCC item)
c) Sand filling as and where shown in drawings.
d) 150 mm thick RCC pavement in process area with pipe/equipment supports.
e) 150 mm thick RCC pavement for internal and external roads (if required).
f) Independent RCC supports for pipes, Equipment / Crossovers foundations, etc.
g) Grouting of all base plates/frames of equipment foundations and structural
bases.

Page 63 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
273
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

h) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into
permanent works etc..
i) Clearing all construction debris and handing over completed work site.
j) Any other work not mentioned specifically but required to make the terminal
functional.
k) Making as-built details/drawings on one set of construction drawings and
return to owner.
l) Making approach roads if required.

V) Preamble To Schedule Of Quantities

The Preamble to Schedule of Items is an integral part of the schedule of quantities


and rates and this is to be considered incorporated into the description of items
themselves. The Contractor’s rate for any item of work in the schedule of item shall,
unless stated otherwise be held to include the cost of all materials including wastage,
conveyance and delivery, unloading, storing, fabrication, hoisting, all labour for
finishing to required shape and size, tools and plants, power fuel, consumables, all
taxes, royalties, other revenue expenses, temporary facilities like roads etc

1.0 EARTHWORK IN SITE GRADING TO DEVELOP THE PLOT

Brief description of major items shall be as follows:

a) Taking pre-work and finished levels.


b) Stripping and grubbing the top soil of 150 mm and preparation of sub-grade.
c) Disposal of unserviceable and surplus earth to authorised dumping ground to
any lead.
d) Borrowing of approved quality good earth from any lead.
e) Filling in layers of 150 mm thickness in controlled way.
f) Watering and compaction up to 92% of modified dry proctor density of soil
with mechanical means.
g) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.

Note : For all these items only consolidated final filling quantity in Cu.M shall be
measured for payment

2.0 PCC WORK

Providing and laying PCC 1:3:6 in position (at locations where the same is not
included in respective RCC item), construction and handing over of PCC in
foundations, substructure, superstructure and under floor, etc complete in all
respects as per scope of work, detailed construction drawings, technical
specifications and direction of Engineer-in-charge.

Following works shall be inclusive in the rate of PCC item:

a) Earth Work in excavation including back filling (including using borrow earth
and disposal of surplus earth).
b) Providing shuttering and strutting of all types ( If necessary).

Page 64 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
274
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

Note : For all these items only net PCC concrete quantity in Cu.M shall be measured
for payment.

3.0 REINFORCED CEMENT CONCRETE – SUBSTRUCTURE

Brief description of major items shall be as follows:

a) Earth Work in excavation including back filling (including using borrow earth and
disposal of surplus earth), including bailing out water (where ever required) ,
shoring / etc.
b) 75 thk. PCC 1:3:6 in mud mat as required.
c) Providing shuttering and strutting of all types.
d) RCC M20 as per drg. & specification including reinforcement (supply of cement,
coarse aggregate, fine aggregate, reinforcement bending, placement, binding/
welding all inclusive & testing of concrete and other materials).
e) RCC in foundation for pedestals for equipment like scrubber and filter.
f) RCC foundation including temporary partition , Complete civil works for trenches
as per requirement.
g) Grouting of all base plates/frames of equipment foundations and structural bases
as per requirement.
h) Provision of all inserts, conduits, precast covers/chequered plates, fixing of free
issue items into permanent works etc.
i) Application of two coats of hot bitumen on surfaces in contact with soil.
j) Clearing all construction debris and handing over completed work site.
k) Any other work not mentioned specifically but required to make the terminal
functional.
l) Marking as-built details on one set of construction drawings and return to owner.
m) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.

Note : For all these items only net RCC concrete quantity in Cu.M shall be measured
for payment

4.0 REINFORCED CEMENT CONCRETE – SUPERSTRUCTURE

Brief description of major items shall be as follows:


a) Providing shuttering and strutting of all types
b) RCC M20 as per drg. & specification including reinforcement (supply of cement,
coarse aggregate, fine aggregate, reinforcement bending, placement, binding/
welding all inclusive & testing of concrete and other materials).
c) RCC for pedestals for equipment like scrubber, filter, cartridge, other equipments
etc.
d) Complete civil works for pipe supports, sleepers etc.
e) Grouting of all base plates/frames of equipment foundations and structural bases
as per requirement.
f) Provision of all inserts, conduits, precast covers/chequered plates, fixing of free
issue items into permanent works etc.
g) Clearing all construction debris and handing over completed work site.
h) Any other work not mentioned specifically but required to make the terminal

Page 65 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
275
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

functional.
i) Marking as-built details on one set of construction drawings and return to owner.
j) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.

Note : For all these items only net RCC concrete quantity in Cu.M shall be measured
for payment except building. The RCC quantity of building superstructure is included
in the Plinth area item.

5.0 CONCRETE PAVEMENT

Brief description of major items shall be as follows:

a) Earth Work in excavation including back filling (including using borrow earth
and disposal of surplus earth).
b) 50 Thk. PCC 1:3:6 mud mat.
c) Providing shuttering and strutting of all types.
d) RCC M20 as per drg & specification including reinforcement (supply of
cement, coarse aggregate, fine aggregate, reinforcement bending,
placement, binding/ welding all inclusive & testing of concrete and other
materials).
e) Providing and laying 150 mm thick reinforced cement concrete of (M-20
grade) with 20mm and down grade crushed stone aggregate in pavement,
including preparation of base (i.e. compacted subgrade, 200 thk sand and 50
thk PCC (1:3:6).
f) Providing pockets if necessary, making recess, trenches with covers
projections, fixing inserts conduit pipes (GI, PVC, HDPE, etc.) laying in
alternate panels, filling the gaps between the panels with bitumen etc.
g) Making slopes, finishing edges, leaving bars for pedestals & sleepers including
providing sand fill isolation.
h) Providing and fixing reinforcing steel, curing, chipping and modification works
etc. as specified in any shape, thickness, position and finishing the top
surface smooth as per requirement etc. all complete as per drawings,
specifications and directions of the Engineer-in-charge.
i) Application of two coats of hot bitumen on surfaces in contact with soil.
j) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.

Note: Pavement – Completed civil works for pavement including, earth work in
excavation, preparation of base i.e., compacted sub grade, 200 mm thk. sand filling
and compaction, 50mm thk. PCC of grade M-7.5, shuttering, providing
reinforcement, providing and fixing of inserts plates, conduits etc.

6.0 BRICK WORK


Complete works in brick masonry foundation is included in the scope.
Brief description of major civil items shall be as follows:
a) Earth Work in Excavation including back filling.
b) Brick work with 1:4 cement mortar.

Page 66 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
276
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

c) 15 mm thk Plastering in CM (1:4) on exposed brick surfaces.


d) Applying Bitument Paint on surfaces coming in contact with earth.
e) Lime wash /Cement Punning on plastered surface.

Note : Only net brick masonry quantity shall be measured for payment purpose.

The construction of brick foundation work shall be done as per detailed construction
drawings to be issued to the successful tenderer. Offer to be prepared by the
tenderer based on work described above and payment will be made on rate (per
CuM) of brickwork done

7.0 CONSTRUCTION OF RCC SUPPORTS FOR CHAIN LINK FENCING

Brief description of major items shall be as follows:


a) Earth Work in excavation including back filling (including using borrow earth
and disposal of surplus earth).
b) 50 thk. PCC 1:3:6 mud mat.
c) Providing shuttering and strutting of all types.
d) RCC M20 as per drg & specification including reinforcement (supply of
cement, coarse aggregate, fine aggregate, reinforcement bending,
placement, binding/ welding all inclusive & testing of concrete and other
materials).
e) Grouting of all structural bases as per requirement.
f) Application of two coats of hot bitumen on surfaces in contact with soil.
g) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.
Note : For all these items only net RCC concrete quantity in Cu.M shall be measured
for payment in RCC in Sub-structure

8.0 SUPPLY, FABRICATION AND ERECTION OF CHAIN LINK FENCING 2.5M


HIGH WITH MESH UP TO 2M HEIGHT

Brief description of major items shall be as follows:

a) Providing, cutting, fabrication and installation of structure made in structural


steel, fixed on RCC pedestals/footing with base plates, permanent bolts with
plane and spring washers.
b) Fixing of 3.15mm 50mm2 mesh as per IS 2721-1979.
c) Fixing of four rows of barbed wire on top.
d) Painting all structural steel elements.
e) Fencing shall be erected as per detailed construction drawings to be issued to
the successful tenderer.

Note : For all these items only net length of chain link fencing in RM shall be
measured for payment.

Page 67 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
277
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

9.0 SUPPLY, FABRICATION AND ERECTION OF MILD STEEL GATE 2.5M HIGH

Brief description of major items shall be as follows:

a) Supply, fabrication and erection of mild steel gate 2.5 m high and 3 m wide.
b) Fixing of 3.15mm 50mm 2 mesh as per IS 2721-1979.
c) Fixing of four rows of barbed wire on top.
d) Painting on MS gate for corrosive environment as per specification and drawings.
e) Gate shall be erected as per detailed construction drawings to be issued to the
successful tenderer.

10.0 SUPPLY, FABRICATION AND ERECTION OF MISCELLANEOUS STEEL


STRUCTURAL WORKS

Brief description of major items shall be follows :

a) Supply, fabrication and erection of crossovers, platforms, gate, inserts etc. as


per requirement.
b) Painting on steel structure for corrosive environment as per specification and
drawings.

Page 68 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
278
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3c) PARTICULAR JOB SPECIFICATION


FOR
INSTRUMENTATION &
TELECOMMUNICATION WORKS

Page 69 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
279
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

SCOPE OF WORK FOR INSTRUMENTATION & TELECOMMUNICATION WORKS

1) INTRODUCTION

M/s BGL intents to lay Steel Pipeline Network for various sizes such as 10” NB X
46Km, 6” NB X 19Km , 4” NB X 10Km Underground Steel Pipeline Network &
Associated Works in Kakinada City.

Instruments for line pressure and temperature shall be provided at the inlet and outlet
of the line as per P& ID / Schematic Drawing. OFC based telecom system shall be
provided and for this 24 Fiber armored OFC shall be laid in self lubricated  40 mm
HDPE conduit along with 10”, 6” & 4” NB Steel Pipeline in same trench.

2) SCOPE OF WORK:-

a) INSTRUMENTATION WORK:-

The scope of work shall include but not limited to the following:

Supply, Handling, Transportation, Installation, Calibration, Commissioning of field


Instruments such as Pressure Gauges, Temperature Gauges etc.

Supply of erection materials such as :


i) SS tubes & fittings, angle supports, etc.
ii) All instrumentation valves as per installation standards
iii) Double compression glands and lugs for terminations

b) TELECOMMUNICATION WORK: -

SCOPE of work for OFC and HDPE Telecom Duct Laying:

The scope of work related to above work shall include all the necessary work (but
not limited to) for supply and laying of 40 mm dia one number self – lubricated HDPE
duct and blowing of OFC ( 24 fibre) in the duct in the new pipeline network of BGL
along the pipeline in same trench and in separate trench inside the terminals
including supply of Warning Mat for the separate section from main line, splicing and
end preparation, end to end testing, proper sealing of OFC and HDPE Duct after
testing including any civil work, Commissioning , Quality Assurance and Control,
Documentation and any other job as per direction of Engineer In-charge required for
completion. At each end the OFC & Duct shall be left in the pit with proper
protection. The location of the OFC end will be finalized as per the site requirement.

GENERAL GUIDELINE:

1. Vendor must submitted the details of specific experience of the party


responsible for OFC, HDPE Duct laying, jointing, splicing, Testing.
Sufficient documentary evidences also to be submitted at the time of
submission of bid. The parties having proven experience and track
record in respective field shall be allowed to execute the job.

Page 70 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
280
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

2. After award of work, Contractor shall supply 2 copies of detailed activity Bar
chart, manpower and machinery mobilization plan, QA/ QC plan and inspection
formats, execution procedures for different type of activities, for review and
approval by the Engineer-in-charge within 15 days from the date of FOI (Fax of
Intent) or 7 days of mobilization of work.

3. The Vendor shall use the data provided in the tender for reference purpose only.
It shall be the Vendor’s responsibility to check accuracy and utility of this data.

4. The contractor shall bring all duct & OFC laying, jointing, splicing equipment,
tools as deemed necessary for the timely implementation of the work.

5. The OF cable & HDPE Duct alignment sheets to be submitted 15 days before
final laying to the Engineer-in-charge for approval which shall indicate various
rail, road, canal, river & utility crossing, location of high tension lines running in
parallel with the route of OFC, location of each of jointing locations & type of
cable etc. If contractor will start the work without taking approval of the
OFC/duct alignment sheet then EIC / Client has full right not to accept
laying work. After completion of laying vendor shall submit “As Built Drawing”
as define in the specification.

6. Special care should be taken to avoid any twist or damage of duct/ OFC while
laying Optical Fiber Cable under road, Nalla, Railway line, culvert as specified
elsewhere in the tender document.

7. Contractor shall take all safety measures required to prevent damage to the cable
and accessories. The contractor shall be responsible for any damage to the cable,
accessories and all other free issue items and existing underground services in
route, if any.
8. The back filling and compacting of trench in layers of 20 cms. Restoration of
road, Nalla, pavements etc. after the completion of laying work as specified
elsewhere in this document. This activity will be done along with the Main line.

9. Testing of the complete cable section (end to end between two stations) to the
satisfaction of BGL as per test schedule mentioned elsewhere in the tender
document.

10. The cable-blowing pit similar to jointing pit shall be provided at every
one KM distance. No payment will be made separately for cable
blowing pit. Payment will be made only for jointing pit.

11. Jointing, Splicing of OFC, in jointing pit, testing, end sealing etc. has to be done.
OFC loop should not be left without proper protection at any place. The OFC loop
or surplus cable should be accommodated within the jointing pit / chamber. At
each end the OFC & Duct shall be placed inside the pit with proper care.

12. If during the course of execution of work any discrepancy or inconsistency error
or omission in any one of the provision of the contract is discovered which needs
to be clarified, the same matter shall be referred to the EIC / Consultants who
shall give his decision in the matter and issue instruction then accordingly the

Page 71 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
281
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

work to be carryout. The decision of the EIC / Consultant will be final and binding
to contractor.

13. For the payment for laying, the payable length of optical fiber cable will be the
length of pipeline as per pipeline chainages. For inside Terminal the actual laid
length in separate trench upto control room will be considered for measurement.
No separate rate will be payable for separate trench.

Detail Scope of Work (But not limited to):

HDPE Duct Laying :

1. Supply and Laying of 40 mm dia self lubricated HDPE Ducts & accessories,
making records of test report of material, estimation of quantity, including
Storage, Transportation, and unloading at site, submission of HDPE alignment
sheets, planning and schedule preparation for HDPE laying.

2. Erection, testing commissioning and making the work complete in all respect as
per specification.

a) Permanently solid Lubricated 40mm dia. HDPE Conduit as per specification


along entire underground pipeline in the same trench including cased
crossing for installation of OFC in future.
b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road
Crossing as directed by Engineer-in-charge wherever required and as directed
by Engineer-in-charge in all type of soils and terrain.

3. Supply and erection of cable Blowing & jointing pit, joint of HDPE conduit, scaling
of conduit, HDPE conduit testing after laying as define in specification, sealing of
HDPE conduit, cased crossing, separate trench & conduit near the terminals,
joints locations marking, back filling, sealing of conduit, cable markers, joint
markers, Warning mat etc. as per the MECON specification. All the accessories, if
required, must be suitable of 8 Kg/cm2 (min.) pressure rating. Testing,
commissioning, Handing over of system, drawings & documentation as per
contract.

OFC Laying :

1. Taking over of free issue OFC & jointing closure from the client’s store after
testing, blowing of OFC ( 24 fibre ), Submission of test reports and documents
for material , storage, Transportation, unloading at site, submission of OFC
alignment sheets based on the pipeline alignment sheet, planning and OFC laying
schedule preparation, blowing of OFC (24 Fibre), testing before and after
laying, all cable sealing, padding backfilling if required separately etc. using all
material including supply and laying of warning mats if required separately etc.,
keep OFC in pit at end with proper protection, cable jointing, commissioning and
making the work complete in all respect as per specification Drawings &
documentation as per contracts & other relevant work specified by Engineer-in-
charge.

Page 72 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
282
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

2. Supply and installation of 300 mm Dia cable marker mounted on Main pipeline
Marker, Separate OFC joint marker, electronic marker & marker locator etc., as
per specification.

3. Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in


manholes and providing protection to surplus OFC loop in the jointing chamber.

4. Provide pit both ends and various CNG Stations for keeping OFC-24 fibre for
future use., splicing with street fiber, test of the fiber for smooth operation of
system on a wavelength end to end. Test of laid OFC, identification of fault,
rectification of fault, Cable Jointing, Continuity test, Earthing if required and
commissioning work complete in all respect.

5. Testing including power testing complete cable section between two stations at
1310 nm & 1550 nm and testing of end sealing.

6. Providing necessary Testing Tools & power supply at site for end to end splicing
and testing etc.

7. Preparations and submission of as-built drawings with soft copy as per define in
the specification.

8. All necessary civil works related to erection and cabling.

9. Any other work required for completion of OFC based Telecommunication work
as per the direction of Engineer-in-charge.

Enclosures:
LIST OF DATA SHEETS

(Instrumentation )

Sl. DATA SHEET NO. DESCRIPTION Remarks


No.
1 MEC/23LZ/05/E5/I/001/ Specification of Pressure Gauges Enclosed with Vol-III of
DS-PG III
2 MEC/23LZ/05/E5/I/001/D Specification of Temperature Enclosed with Vol-III of
S-TG Gauge III

Page 73 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
283
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

LIST OF STANDARD SPECIFICATIONS (Instrumentation)

Sl. Standard Description Remarks


No. Specification
1. MEC/S/05/26/01 Specification for Installation of Enclosed with Vol-II of
Instruments III
2. MEC/S/05/26/02 Specification for Instrument Tubing Enclosed Vol-II of III
3. MEC/S/05/26/04 Specification for Instrument Tube Enclosed with Vol-II of
Fittings III
4. MEC/S/05/26/05 Specification for Instrument Valves Enclosed Vol-II of III
and Mainfolds
5. MEC/S/05/26/08 General Technical Specification for Enclosed Vol-II of III
Instrumentation

LIST OF INSTALLATION DRAWINGS (Instrumentation)

Sl. Standard No. Description Remarks


No.
1. MEC/05/E5/SD/PG/004 INSTALLATION DIAGRAM FOR Enclosed with Vol-III of
PRESSURE GUAGE. III
2. MEC/05/E5/SD/TG/005 INSTALLATION DIAGRAM FOR Enclosed with Vol-III of
TEMPERATURE GUAGE III
3. MEC/05/E5/SD/TG- MOUNTING DETAILS FOR Enclosed with Vol-III of
TW/007 THERMOWELLS (T G). III

LIST OF STANDARDS / TECHNICAL SPECIFICATIONS (Telecommunication)

Sl. Standard / Tech. Description Remarks


No. Specification No.
1. MEC/S/05/E5/T/001 Specification for Optical Fibre Enclosed with Vol-II of III
Cable & HDPE Duct Laying and
Associated Work
2. MEC/S/05/E5/T/002 Specification / Procedure for the Enclosed Vol-II of III
Testing of Optical Fibre Cable
3. MEC/TS/05/E5/T/037 Technical Specification PLE HDPE Enclosed Vol-II of III
Telecom Duct and Accessories
4. MEC/TS/05/E5/T/096 Technical Specification for Optical Enclosed Vol-II of III
Fiber Cables & Accessories.

Page 74 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
284
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

LIST OF DRAWINGS

Sl. Drawings Description Remarks


No.
1. MEC/05/E5/T/006 Rev 0 Standard drawing - Optical Fibre Enclosed with
Cable Laying (separate trench) 2 Vol-III of III
nos. HDPE Duct
2. MEC/05/E5/T/008 Rev 0 Standard drawing - Optical Fibre Enclosed
Cable Laying (cased crossing) - Vol-III of III
HDPE Duct & OFC in Duct
3. MEC/05/E5/T/009 Rev 0 Standard drawing - Optical Fibre Enclosed with
Cable- Jointing Pit / Blowing Pit Vol-III of III
4. MEC/05/E5/T/0010 Rev 0 Standard drawing - Optical Fibre Enclosed
Cable - Joint Marker / OF Cable Vol-III of III
Marker
5. MEC/05/E5/T/011 Rev 0 Standard drawing – Cross Section Enclosed with
(typical) & Laying of Optical Fibre Vol-III of III
Cable in HDPE Duct and warning
mat

Page 75 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
285
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

3d) PARTICULAR JOB SPECIFICATION


FOR
TCP WORKS

Page 76 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
286
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

CONTENTS

Sl.No. Description

1.0 Scope of Work

2.0 Scope of Supply

3.0 Job Specification

4.0 Statutory Approval

5.0 Inspection Testing & Commissioning

6.0 Documents, Specifications, Standards & Drawings

7.0 Construction

8.0 Make of Material/ Bought Out Items

9.0 Inspection of Supply Items

10.0 Appendix-I (List of Approved Parties for Bought out items)

Page 77 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
287
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

1.0 SCOPE OF WORK FOR CATHODIC PROTECTION WORK

1.1 Design, detailed engineering, supply, installation, testing and commissioning


of the temporary Cathodic protection system using Mg/ Zn galvanic anodes to
protect the external surface of 3LPE Coated 10” dia, 46.0 km, 6” dia, 19.0 km
& 4” dia, 10.0 km long steel pipeline for design life of minimum 1 year or till
commissioning of PCP system whichever is later as per standard specification
No. MEC/TS/05/21/016A for temporary cathodic protection system. Scope
shall also include but not limited to the following for completion of jobs :

a) Measurement of soil resistivity along the right of way of the main


pipeline route as per specification for design & installation of anodes.

b) Carrying out the railway track-to-soil potential w.r.t Cu -CuSO4


reference electrode in the vicinity of pipeline route where railway
tracks, busy & idle run in parallel to the pipeline at a depth of 1.5 m
and interval of 50 m, collection of data for the operating voltage of
tracks, location of converter stations & impedance boxes etc. from the
competent authority of Railways.

c) Collection of additional data related to cathodic protection along the


right of way of pipeline as per specifications.

d) Supply, installation, testing & commissioning of one set of spark gap


arrestor with 2 plate Zinc grounding cell of 20 kg net weight each
across each insulating joint provided on the pipeline as per
specification.

e) Supply, installation, testing & commissioning one set of polarisation


cell with zinc anodes at all high tension (66KV or higher) electrical
power transmission line/Equipment crossing or running parallel the
pipelines for grounding purpose as per specification. The rating shall
depend upon anticipated fault current & ground bed resistance at the
location of installation. However, the rating of polarisation cell (krick)
shall not be less than 5 KA & number of 20 kg net weight zinc anode
shall not be less than two.

f) Supply & installation of Zinc Ribbon Anodes at 4-8 O’clock position in


the interval of 2 meter (max.) on carrier pipes at all cased crossings
i.e. railways/ roads etc.

g) Monitoring of the TCP system for 24 weeks from date of


commissioning of TCP system.

h) All civil/ structural works related to TCP system including supply of


bricks, cement & steel etc. required for completion of the system.

Page 78 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
288
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

2.0 SCOPE OF SUPPLY OF MATERIALS

2.1 Owner’s Supply – NIL

2.2 Contractor’s scope of supply – All materials as indicated in clause no. 1.0 above.

3.0 JOB SPECIFICATION

3.1 The total supply, erection & testing/ commissioning of Cathodic Protection
system as described in clause no. 1.0 above shall be executed on LSTK
concept by any one of the approved contractors.

Various electrical works related to Cathodic Protection covered under this


contract like equipment erection, cabling and grounding works etc. shall be
performed in accordance with the specifications attached with this tender.

3.2 All electrical equipments are to be doubly earthed by connecting two earth
wire from the frame of the equipment to the earth grid. The cable armours
will be earthed through cable glands.

The following shall be earthed:

a) All non-current carrying metallic parts of electrical equipments such as


lighting and power panels, push button stations, cable trays etc.

b) Lighting fixtures shall be earthed through the extra core provided in


the lighting cable/ conduit for this purpose.

4.0 STATUTORY APPROVAL OF WORKS

The application on behalf of the Owner for submission to Electrical Inspector/


Central Electricity Authority alongwith copies of required certificates complete in
all respects, shall be prepared by the contractor and submitted to the Engineer-
in-charge for onward transmission well ahead of time so that the actual
commissioning of equipment are not delayed for want of inspection by the
Electrical Inspector/ CEA. The actual inspection of work by the Electrical
Inspector/ CEA shall be arranged by the Contractor and necessary coordination
and liaison work in this respect shall be the responsibility of the contractor.
However, any fee paid to the electrical inspectorate in this regards shall be
reimbursed by the Owner on submission of bills along with documentary
evidence.

The Inspection and acceptance of the work as above shall not absolve the
Contractor from any of these responsibilities under this contract.

5.0 INSPECTION, TESTING AND COMMISSIONING

5.1 All equipment supplied and installed by the contractor shall be inspected by
Owner’s/ consultants representative tested and commissioned as required

Page 79 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
289
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

and no separate payments shall be made unless otherwise specified in the


schedule of rates.

5.2 Any work not conforming to the execution drawings, specifications or codes
shall be rejected forthwith and the contractor shall carry out the rectification
at his own cost.

5.3 The contractor shall carry out all tests as enumerated in the technical
specification and as per the applicable Codes and Standards.

5.4 Before the electrical system is made live, the electrical contractor shall carry
out suitable tests to establish to the satisfaction of Engineer-in-charge that
the installation of equipment wiring and connections have been correctly
done and are in good working condition and that it will operate as intended.

5.5 All tests shall be conducted in the presence of Owner/ Engineer-in-charge or


his authorized representative unless he waives this requirement in writing.
All testing equipment necessary to carry out the test shall be arranged by the
contractor. The tests shall be recorded on approved proforma and certified
records of the tests shall be submitted to Owner/ Engineer-in-charge.

5.6 After the completion of all tests and rectification of all defects pointed out
during final inspection, plant start-up trials would be commenced. During the
start-up contractor shall provide skilled/ unskilled personnel and supervision
round the clock at his cost. The number and category of workmen and
duration up to which required will be decided by the Engineer-in-charge. Any
defects noticed during the start-up trial relating to the equipment supplied
and work carried out by the Contractor, will be rectified by the contract at his
own cost.

5.7 Engineer-in-charge shall have the right to get these defects rectified at the
risk and cost of the contractor if he fails to attend to these defects
immediately as desired.

5.8 After the operating conditions are fully achieved in the plant and the other
requirements as stated in the General Conditions of Contract are fulfilled, the
Contractor would be eligible for applying for a completion certificate.

6.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION


STANDARDS

6.1 Please refer Vol-II of III for standard specification enclosed with this tender
document & for the list of drawings & installation standards refer Vol-III of
III.

6.2 The equipments/ materials to be supplied by the contractor shall conform to


the requirements of the applicable standard specifications. Also the
installation of various material/ equipment shall also conform to the standard
specification.

Page 80 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
290
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

6.3 The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawings
enclosed with the tender document is to enable the tenderer to make an offer
in line with the requirements of the Owner. These are indicative of the nature
of work and issued for tendering purposes only. The bidders, however, shall
visit the site before bidding for proper information of site conditions.
Construction shall be as per drawings/ specifications issued/ approved by the
Owner/ Consultant during the course of execution of work.

A) SPECIFICATION (Enclosed with Vol-II of III)

1. Specification for Temporary Cathodic Protection System MEC/TS/05/62/016A


2. Specification for Corrosion Survey MEC/TS/05/62/016C

B) STANDARD DRAWINGS (Enclosed with Vol-III of IiI)

1. PREPACKED ZINC ANODE MEC/SD/05/62/16/01, R0


2. PREPACKED MAGNESIUM ANODE MEC/SD/05/62/16/02, R0
3. MAGNESIUM RIBBON ANODE FOR GROUNDING MEC/SD/05/62/16/03, R0
4. TEST STATION WITH FOUNDATION DETAILS MEC/SD/05/62/16/04, R0
5. TEST STATION CONNECTION SCHEMES MEC/SD/05/62/16/05, R0
6. GALVANIC ANODE INSTALLATION MEC/SD/05/62/16/06, R0
7. ZINC RIBBON ANODE FOR CASED CROSSINGS MEC/SD/05/62/16/07, R0
WITH COATED CASINGS
8. PIPELINE GROUNDING THROUGH POLARISATION MEC/SD/05/62/16/08, R0
CELL AND GALVANIC ANODES
9. DETAILS OF ZINC GROUNDING CELL MEC/SD/05/62/16/09, R0
10. PERMANENT COPPER – COPPER SULPHATE MEC/SD/05/62/16/10, R0
REFERENCE CELL & INSTALLATION DETAILS
11. TEST STATION FOR POLARISATION CELL MEC/SD/05/62/16/14, R0
12. DETAIL OF THERMIT WELD MEC/SD/05/62/16/18, R0

C) DRAWINGS FOR TENDER PURPOSE (enclosed with Vol-III of III)

For list of drawings for tender purpose, please refer Particular Job
Specification in Vol-III of III.

7.0 CONSTRUCTION

OWNER reserves the right to inspect all phases of CONTRACTOR's operations to


ensure conformity to the SPECIFICATIONS. Owner will have Engineers,
Inspectors or other duly authorized representatives, made known to the
CONTRCTOR present during progress of the WORK and such representatives
shall have free access to the WORK at all times. The presence or absence of a
OWNER's representative does not relieve the CONTRACTOR of the responsibility
for quality control in all phases of the WORK. In the event that any of the

Page 81 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
291
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

WORK being done by the CONTRACTOR or any SUB-CONTRACTOR is found by


OWNER's representatives to be unsatisfactory or not in accordance with the
DRAWINGS, procedures and SPECIFICATIONS, the CONTRACTOR shall, upon
verbal notice of such, revise the work in a manner to conform to the relevant
DRAWINGS, procedures and SPECIFICATIONS.

7.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respective


specification, all National and Local Laws, Ordinances, Rules and Regulations
and requirements pertaining to the WORK and shall be responsible for extra
costs arising from violations of the same.

7.2 Procedures

Various procedures and method statements to be adopted by CONTRACTOR


during the construction as required in the respective specifications shall be
submitted to OWNER in due time for APPROVAL. No such construction activity
shall commence unless approved by OWNER in writing.

7.3 Field Inspection

CONTRACTOR shall have at all times during the performance of the WORK, a
Competent Superintendent on the premises. Any instruction given to such
superintendent shall be construed as having been given to the CONTRACTOR.

7.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and


inspection as per quality Assurance plan and furnish all assistance
required by the OWNER in carrying out inspection work during this phase.
The OWNER will have engineers, inspectors or other authorised
representatives present who are to have free access to the WORK at all
times. If an OWNER’s representative notifies the CONTRACTOR's authorised
representative not lower than a Foreman of any deficiency, or recommends
action regarding compliance with the SPECIFICATIONS, the CONTRACTOR
shall make every effort to carry out such instructions to complete the WORK
conforming to the SPECIFICATIONS and approved DRAWINGS in the fullest
degree consistent with best industry practice.

7.5 Construction Aids, Equipment, Tools & Tackles

CONTRACTOR shall be solely responsible for making available for executing the
work, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles
and testing equipments and appliances. Such construction equipments etc.
shall be subject to examination by owner and approval for the same being in
first class operating condition. Any discrepancies pointed out by OWNER shall
be immediately got rectified, repaired or the equipment replaced altogether, by
CONTRACTOR. OWNER shall not in any way be responsible for providing any
such equipment, machinery, tools and tackles.

Page 82 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
292
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

The OWNER reserves the right to rearrange such deployment depending upon
the progress and priority of work in various sections.

Tie-end between main line and starting point of terminal is included in the scope
of contract, as and when main line section is available for Tie-ins.

8.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS

An Appendix-I of approved vendors for various major items is enclosed with this
tender specification. The bidder shall consider such names only as indicated in
the aforesaid list and clearly indicate in the bid the name(s) as selected against
these items. For any other item not covered in the list enclosed with this tender
document, prior approval shall be obtained by the contractor for its make/
supplier’s name.

9.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications forming
part of this contract. Contractor shall advise Owner/ Consultant in writing at
least 10 days in advance of the date of final inspection/tests. Manufactures
inspection or testing certificates for equipment and materials supplied, may be
considered for acceptance at the discretion of Owner/ Consultant. All costs
towards testing etc. shall be borne by the contractor within their quoted rates.
All inspection of various items shall be carried out based on Quality Assurance
Plan, which will be submitted by the Contractor and duly approved by Owner/
Consultant.

Page 83 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
293
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB
U/G STEEL P/L NETWORK & ASSOCIATED
WORKS IN KAKINADA CITY
BHAGYANAGAR GAS
LIMITED Bid Document No.: 05/51/23LZ/BGL-KAKI/001-i) MECON LIMITED

APPENDIX-I
(To PJS for TCP Works)

10.0 APPENDIX-I (LIST OF APPROVED PARTIES FOR BOUGHT OUT ITEMS)

1) CABLES
i) Brooks
ii) Nicco
iii) Biren
iv) CMI
v) Delton
vi) KEI
vii) Reliance
viii) Satellite Cables
ix) Evershine
x) Torrent Cables
xi) Universal
xii) Victor
xiii) Indian Aluminimum Cables
xiv) Associated Flexible & Wires
xv) Asain
xvi) Fort Gloster
xvii) Finolex
xviii) Industrial
xix) Rediant
xx) NITCO

2) JUNCTION BOX
i) Exprotecta, Beroad
ii) Baliga
iii) Flexpro
iv) FFLP Control Gears
v) Sterling
vi) Sudhir
vii) Electrical Equipment Corporation

3) SACRIFICIAL ANODES
i) Scientific Metals Engineers Pvt. Ltd., Karaikudi
ii) PSL Holding Pvt. Ltd., Mumbai
iii) Cathodic Controls, Bangalore
iv) BHEL, Bhopal
v) Electro Protection Services, India

4) Portable Reference Cell : MC Miller (USA)


5) Thermit Weld : M/s Erico, USA, M/s Cad Weld
6) Digital Multimeter : MOTWANE, MODEL DM-375 or Equivalent
7) Battery (Lead Acid) : Exide/ Amar Raja/ HBL
(Maintenance Free)

Page 84 of 84
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\PJS_kakinada.doc
294
8.0 INTEGRITY PACT

295
ANNEXURE-1

INTEGRITY PACT
(To be executed on plain paper and applicable to all tenders of the value of Rs. one crore and above)

Between Bhagyanagar Gas Limited, a Government of India Public Sector, (here-in-after referred to as
"Principal ").
AND
………………………..................... ………………… (here-in-after referred to as "The Bidder/Contractor").

(Principal and the Bidder/Contractor are here-in-after are referred to individually as "Party" or collectively as "Parties").

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s for
………………………………………………….. The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and transparency in its relations
with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal co-operates with the renowned International Non-Governmental
Organisation 'Transparency International' (TI). Following TI's national and international experience, the Principal
will appoint an Independent External Monitor who will monitor the tender process, the execution of the contract
etc. for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following Principles in this regard:-

i) No employee of the Principal, either in person or through family members, including relatives, will in
connection with the tender for or the execution of a contract, demand or accept a promise for or accept
for him/herself or for a third person, any material or immaterial benefit to which he/she is not legally
entitled.

ii) The Principal shall, during the tender process treat all Bidders with equity. The Principal undertakes and
ensures that before and during the tender process shall provide and share 'the same information to all
Bidders and will not provide to any Bidder confidential/additional information through which one
particular Bidder could take an advantage in relation to the tender process or the contract execution.

iii) The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under
the Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will
inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 - Commitments and Undertakings by the Bidder/Contractor

1. The Bidder / Contractor commits and undertakes to take all measures necessary to prevent malpractices &
corruption. He commits himself to observe the following principles during his participation in the tender
process and during the contract execution:

i) The Bidder / Contractor undertakes not to, directly or through any other person or firm offer, promise or
give or influence to any employee of the Principal associated with the tender process or the execution
of the contract or to any other person on their behalf any material or immaterial benefit to which he / she
is not legally entitled in order to obtain in exchange any advantage of any kind whatsoever during the
tender process or during the execution of the contract.

ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or understanding,
whether formal or informal with other Bidders. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other action to restrict
competitiveness or to introduce cartelisation in the bidding process.

296
iii) The Bidder / Contractor undertakes not to commit any offence under the relevant Anti-corruption Laws
of India. Further, the Bidder / Contractor will not use improperly any information or document provided
by the Principal as part of the business relationship regarding plans, technical proposals and business
details, including information contained or transmitted electronically for the purposes of competition or
personal gain and will not pass the information so acquired on to others.

iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any and all payments
made, is committed to or intends to make to agents, brokers or any other intermediaries in connection
with the award of the contract.

2. The Bidder / Contractor will not instigate and allure third persons / parties to commit offences outlined
above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder, before the award of contract, has committed a transgression through a violation of any provisions
of Section 2 or in any other form so as to put his reliability or credibility as Bidder into question, the Principal
shall be entitled to disqualify, put on holiday or blacklist the Bidder including from the future tender process or to
terminate the contract, if already signed, on that ground.

1. If the Bidder / Contractor has committed a transgression through a violation of any provisions of Section 2
so as to put his reliability or credibility into question, the Principal shall be entitled to exclude including
blacklist and put on holiday the Bidder / Contractor from entering into any BGL future contract tender
processes. The imposition and duration of the exclusion will be determined by the severity of the
transgression. The severity will be determined by the Principal taking into consideration the full facts and
circumstances of each case particularly taking into account the number of transgressions, the position of
the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion
may be imposed for a minimum period of 6 months and maximum of three years.

2. A transgression is considered to have occurred if the Principal after due consideration of the available
evidence, concludes that no reasonable doubt is possible.

3. The Bidder with its free consent and without any influence agrees and undertakes to respect and uphold the
Principal's absolute rights to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing before the decision
to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal
advice.

4. Subject to the full satisfaction of the Principal, the exclusion of the Bidder / Contractor could be revoked - by
Principal prematurely if the bidder / contractor can prove that he has restored / recouped the damage
caused by him and has installed a suitable corruption prevention system in his organization.

Section 4 - Forfeiture of EMD / Security Deposits

1. If the Principal has disqualified the Bidder from the tender process prior to the award in terms of Section 3,
and during the execution of the contract, the Principal shall forfeit earnest money deposit / bid security
money, encash the bank guarantee including due payments in addition to blacklisting or putting on holiday
the bidder and terminating the contract.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate
the contract according to Section 3, the Principal shall be entitled to demand and recover from the
Contractor liquidated damages equivalent to Earnest Money Deposit / Security Deposit / Performance Bank
Guarantee.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to
condition that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from the
tender process or the termination of the contract after the contract award has caused no damage or less
damage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the Principal
only to the extent of the damage in the amount proved.

297
Section 5 - Previous transgression

1. The Bidder swears on oath that no previous transgression has occurred during the last three years with any
other Company in any country conforming to the TI approach or including with any other Public Sector
Enterprise / Undertaking in India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the tender process or
the contract, if already awarded, could be liable to be terminated on this ground.

Section 6 - Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an undertaking and
commitment in conformity with this Integrity Pact, and to submit it to the Principal before signing of the
contract.

2. The Principal will enter into agreements with similar conditions, as stipulated herein, with all Bidders,
Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or violate any of
its provisions.

Section 7 - Criminal charges against violating Bidders / Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a


representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office / Department for
initiating appropriate action for above.

Section 8 -Independent External Monitor / Monitors


(Three in number depending on the size of the contract)
(To be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor for this Pact. The task of the
Monitor is to review independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to all Project
documentation of the Principal including that provided by the Contractor. The Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Sub-contractors. The Monitor is under contractual
obligation to treat the information and documents of the Bidder / Contractor / Sub-contractor with
confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related
to the Project provided such meetings could have an impact on the contractual relations between the
Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement he will so inform the
Management of the Principal and request the Management to discontinue or heal the violation or to take
other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the
Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action. However, the Independent External Monitor shall give an opportunity to the bidder /
contractor to present its case before making its recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks
from the date of reference or intimation to him by the 'Principal' and should the occasion arise, submit
proposals for taking corrective measures.

298
7. Monitor shall be entitled to compensation by the Principal on the same terms & conditions as being
extended to/provided to Outside Expert Committee Members of ONGC.

8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under
relevant Anti-Corruption laws of India, and the Chairperson has not, within reasonable time, taken visible
action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit
this information directly to the Central Vigilance Commissioner, Government of India.

9. The word 'Monitor' would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the information acquired and
gathered during their tenure / role as Independent Monitor. Any breach in this regard would be subject to
the legal judicial system of India.

11. The Independent External Monitors - shall be responsible to oversee the implementation of Integrity Pact
Program to prevent corruption, bribes or any other unethical practices in the BGL. However, Monitor(s) shall
be personally and severally be liable for any action or suit brought by Bidder / Contractor / against the
Monitor, in case the findings of Independent Monitor is / are found incorrect or biased or prejudiced.

12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall disclose before taking
any assignment that he / she has no interest in the matter or connected with the party (bidder / contractor)
in any manner.

Section 9 - Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both parties. It
expires for the Contractor 12 months after the last payment under the respective contract, and for all other
Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/determined by the Chairperson of the
Principal.

Section 10 - Miscellaneous Provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of
the Principal, i.e. Hyderabad. The Arbitration clause provided in main tender document / contract shall not
be applicable for any issue / dispute arising under Integrity Pact.

2. Changes and supplements as well as termination notices, if any, need to be made in writing. Side
Agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must be signed by all
partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the remainder of this pact
shall remain valid. The parties to this pact however, shall strive to come to an agreement to their original
intentions in such a case.

______________________ _________________________
(Name & Designation) Name & Designation)
For the Principal For the Bidder/Contractor

Place :________________ Witness 1: ____________________________

Date :_________________ Witness 2: ___________________________

299
9.0 PERFORMANCE EVALUATION

300
PROCEDURE FOR EVALUATION OF PERFORMANCE OF
VENDORS/CONTRACTORS/CONSULTANTS

1.0 GENERAL

A system for evaluation of vendors/contractors and their performance is key process and
important to support an effective purchasing & contracting function of an organization.

Performance of all participating Vendors/ Contractors/ Consultants need to be closely


monitored to ensure timely receipt of supplies from a Vendor, completion of an assignment by a
Consultant or complete execution of order by a contractor within scheduled completion period.
For timely execution of projects and meeting the operation & maintenance requirement of
operation plants, it is necessary to monitor the execution or order or contracts right form the
award stage to completion stage and take corrective measures in time.

2.0 OBJECTIVE:

The objective of Evaluation of Performance aims to recognize, and develop reliable


Vendors/Contractors/Consultants so that they consistently meet or exceed expectations and
requirements.

The purpose of this procedure is to put in place a system to monitor performance of


Vendors/Contractors/Consultants associated with BGL in projects and in O&M so as to ensure
timely completion of various projects, timely receipt of supplies including completion of works &
services for operation and maintenance of operating plants and quality standards in all
respects.

3.0 METHODOLOGY:

(i) Preparation of Performance Rating Data-sheet

Performance Rating Data Sheet for each and every Vendor/Contractor or Consultant
for all for all order/Contracts with a value of Rs. 1Lakh and above is recommended to
be drawn up. These data sheets are to be separately prepared for orders/Contracts
related to Projects and O&M. format, Parameter, Process, responsibility for preparation
of Performance Rating Data Sheet are separately mentioned.

(ii) Measurement of Performance

Based on the parameters defined in Data Sheet Performance of concerned vendor,


Contractor or Consultant would be computed and graded accordingly. The
measurement of the performance of the Party would be its ability of achieved the
minimum scoring of 60% points in the given parameters individually and collectively.
Any Party failing to secure less than the minimum score in any of the parameters shall
not be considered to remain in business with BGL.

(iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be initiated


by taking up the matter with concerned Vendor/Contractor/Consultant. Response of
Vendor/Contractor/Consultant would be considered before deciding further course of
action.

301
(iv) Implementation of Corrective Measures:

Based on the response of Vendor/Contractor/Consultant, concerned Engineer – In –


Charge for the Projects and/or OIC in case of O&M would recommend for continuation
or discontinuation of such party from the business of BGL. These recommendations
would be submitted to the Competent Authority who would pass a reasoned order for
putting the party on Holiday/blacklisting.

(v) Orders/contracts placed on propitiatory/OEM basis for O&M will be evaluated and, if
required, corrective action will be taken for improvement in future.

4.0 EXCLUSIONS:

The following would be excluded form the scope of evaluation of performance of


Vendors/Contractors/Consultants.

(i) Orders/Contracts below the value of Rs. 11 Lakh.

(ii) One time vendor/Contractor/Consultant

(iii) Orders of Misc. Administrative items/non stock Non Valuated items.

However, concerned Engineer – In – Charge/OICs will continue to monitor such cases so as to


minimize the impact on Projects/O&M plants due to non performance of
Vendors/Contractors/Consultants in all such cases.

5.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/CONTRACTORS/


CONSULTANTS

5.1 FOR PROJECTS

(i) Evaluation of performance of Vendors/Contractors/Consultants in case of PROJECTS


shall be done immediately with commissioning of any projects.

(ii) On Commission of any Projects, EIC (Engineer-In-Charge)/ Project In-Charge shall


prepare a Performance Rating Date Sheet (Format at Annexure-I) for all Orders and
Contracts excluding cased under para 4.0

(iii) Depending upon the Performance Rating, following action need to be initiated by
Engineer-In-Charge/Project-In-Charge:

Sl. Performance Action


No. Rating
1 POOR Seek explanation for Poor Performance
2 FAIR Seek explanation for Fair Performance
3 GOOD Letter to the concerned for improving
performance in future.
4 VERY GOOD No further action

(iv) Reply form concerned Vendor/Contractor/Consultant shall be examined. In case of


satisfactory reply, Performance Rating data Sheet to be closed with a letter to the
concerned for improving performance in future.

(v) When no reply is received or reasons indicated are unsatisfactory, the following actions
need to be taken:

(A) Where Performance rating is “POOR”

302
(i) Recommend such defaulting Vendor/Contractor/Consultant for putting on
HOLIDAY for a period of 1 year.

(ii) When his performance has affected overall completion schedule of the project,
recommend such defaulting Vendor/Contractor/ Consultant for putting on
HOLIDAY for a period of 2/3 years,

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting Vendor/Contractor/


Consultant to improve their performance.

(vi) Irrespective or Performance rating, where Vendor/Contractor/Consultant submit forged


documents in respects of experience, turnover and any other condition forming the
basis of for the pre-qualifying/eligibility criterion, such Vendor/Contractor/Consultant
should be recommended for BLACKLISTING.

(vii) On receipt of consolidated recommendations of Engineer-In-Charge of a Project, the


Project Manager will constitute a Committee of Head of Projects, C&P and Finance to
examine the recommendations forwarded by the Engineer-In-Charge.

(viii) In case committee recommends putting a party on holiday or for blacklisting, the
Project Manager will put up the recommendation or committee to the concerned
Director through Corporate C&P Deptt. along with a draft show cause notice providing
a final opportunity of defend his case. The draft show cause notice should be vetted by
Legal Deptt.

(ix) After obtaining approval from the concerned Director, Corporate C&P department will
issue the show cause notice to the concerned party.

(x) On receipt of reply in response to show cause notice, Corporate C&P Deptt. Will
forward the same to Project Manager who after taking legal opinion will prepare a
proposal for keeping the party on Holiday/for blacklisting and forward the same to
Corporate C&P Dept. for obtaining the approval of the concerned Director.

(xi) After obtaining approval from the concerned Director, Corporate C&P Deptt. Will issue
a letter to the party conveying the decision of putting him on holiday for the specific
period or blacklisting the party.

(xii) A list of all parties put on holiday or blacklisted will be communicated to all concerned
and will also be maintained at BGL Intranet.

(xiii) However, Holiday restrictions shall not apply on Vendors for procurement of spares
from them on Proprietary basis.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of Consultancy jobs will be carried out in the same way as described
in para 5.1 for Projects except the functions of Projects Manager will be performed by
concerned In-Charge of user Depts. Such as Project Development, Business Development,
E&P, HR, Finance, HSE etc. The Provision of para 5.1 (xiii) will not be applicable for
consultancy jobs.

303
5.2 FOR OPERATION & MAINTENANCE

(i) Evaluation of performance of Vendors/Contractors/Consultants in case of Operation


and Maintenance shall be done immediately after execution of order/contract.

(ii) After execution of order a Performance Rating Data Sheet (Format at Annexure-2)
shall be prepared for all Order by Site C&P and for all Contracts/Services by respective
Engineer-In-Charge excluding cases under para 4.0

(iii) Depending upon Performance Rating, following action need to be initiated by Site C&P:

Sl No. Performance Action


Rating
1 POOR Seek explanation for Poor Performance
2 FAIR Seek explanation for Fair Performance
3 GOOD Letter to the concerned for improving
performance in future.
4 VERY GOOD No further action

(iv) Reply form concerned Vendor/Contractor/Consultant shall be examined. In case of


satisfactory reply, Performance Rating Date Sheet to be closed with a letter to the
concerned for improving performance in future.

(v) When no reply is received or reason indicated are unsatisfactory, the following actions
need to be taken:

(A) Where Performance rating is “POOR”

(i) Recommend such defaulting Vendor/Contractor/Consultant for putting


on HOLIDAY for a period of 1 year. .

(ii) When his performance has seriously affected the operation &
maintenance of plant, recommend such defaulting
Vendor/Contractor/Consultant for putting on HOLIDAY for a period of
2/3 years.

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting


Vendors/Contractors/Consultants to improve their performance.

(vi) Irrespective of Performance rating, where Vendor/Contractor/Consultant submit forged


documents such Vendor/Contractor/Consultant should be recommended for
BLACKLISTING.

(vii) A quarterly meeting of HOD (C&P), HOD (F&A) and HOD of respective departments
shall be held at Site to review and examine all cases requiring putting the
Vendors/Contractors/Consultants on holiday for final decision.

(viii) On receipt of recommendation of committee for putting a party on Holiday or for


blacklisting, OIC will put up the recommendation of Committee to the concerned
Director through Corporate C&P Deptt. along with a draft show cause notice providing
a final opportunity of party to defend his case. The show cause notice will be legally
vetted.

(ix) After obtaining approval from the concerned Director, Corporate C&P department will
issue the show cause notice to the concerned party.

304
(x) On receipt of reply in response to show cause notice, Corporate C&P Deptt. Will
forward the same to OIC who after taking legal opinion will prepare a proposal for
keeping the party on Holiday/for blacklisting and forward the same to Corporate C&P
Deptt. For obtaining the approval of the Concerned Director.

(xi) After obtaining approval from the concerned Director, Corporate C&P Deptt. Will issue
a letter to the party conveying the decision of putting him on holiday for the specific
period or blacklisting the party.

(xii) A list of all parties put on holiday or blacklisted will be communicated to all concerned
and will also be maintained at BGL intranet.

(xiii) However, Holiday restrictions shall not apply on Vendors for procurement of spares
from them on proprietary basis.

6.0 REVIEW & RESTORATION OF PARTIES PUT ON HOLIDAY/BLACKLISTED

6.1 After expiry of Holiday period, the vendors/contractors/consultants who have been put on
Holiday due to delay in completion schedule will be automatically resorted to participate in
business with BGL. However, parties who have been put on Holiday due to quality problems
will be resorted only after a review by the committee, which had earlier recommended the party
to be put on Holiday.

6.2 The period of Holiday will be form one year to three year depending upon the seriousness of
failure. It can be three years in extreme cases and may be one year or two years depending
upon the nature of failure in performance.

305
Annexure – I

Bhagyanagar Gas Limited

PERFORMANCE RATING DATA SHEET


(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/ Work Center :

ii) Order/ Contract No. & Date :

iii) Brief Description of Items Works/ :


Assignment

iv) Order/ Contract Value (Rs.) :

v) Name of Vendor/ Contractor/ Consultant :

vi) Contracted delivery/ completion schedule :

vii) Actual Delivery/ Completion date :

Performance Delivery/ Completion Quality Reliability Total


Parameter Performance Performance Performance
Maximum Marks 40 40 20 100
Marks Allocated
(*)

Remarks (If any)

PERFORMANCE RATING (**)

Note :
(*) Allocation of marks would be as per enclosed instructions
(**) Performance rating shall be classified as under :-

Sl. Range Rating


No. (Marks)
1. 60 & below Poor
2. 61 – 75 Fair
3. 76 – 90 Good
4. More than 980 Very Good

Signature of Authorized Signatory

Name:

Designation

306
Instructions for Allocation of Marks

1) Marks are to be allocated as under

1.1 Delivery / Completion Performance 40 Marks

Delivery Period/ Completion Delay in Week Marks


Schedule
a) Ùpto 3 months Before CDD 40
Delay up to 4 weeks 35
Delay up to 8 weeks 30
Delay up to 10 weeks 25
Delay up to 12 weeks 20
Delay up to 16 weeks 15
More than 16 weeks 0
b) Above 3 months Before CDD 40
Delay up to 4 weeks 35
Delay up to 8 weeks 30
Delay up to 10 weeks 25
Delay up to 16 weeks 20
Delay up to 20 weeks 15
Delay up to 24 weeks 10
More than 24 weeks 0

1.2 Quality Performance 40 Marks

For normal Cases: No Defects/ No Deviation/ No Failure 40 Marks

i. Rejection / Defects Marks to be allocated on 10 Marks


prorate basis for acceptable
quantity as compared to total
quantity for normal cases.
ii. When Quality failure Failure of severe nature 0 Marks
endanger system - Moderate Nature 5 Marks
integration and safety of - Low serve nature 10-25 Marks
the system
ii. Number of Deviations 1. No Deviation 5 Marks
2. No. of Deviations < 2 2 Marks
3. No. of Deviations > 2 0 Marks

1.3 Reliability Performance 20 Marks

A. For Works/ Contracts

i. Submission of order acceptance, agreement, 4 Marks


PBG, drawings and other documents within
time

ii. Mobilization of resource as per contract and in 4 Marks


time

iii. Liquidation of Check-list points 4 Marks


iv. Compliance to statutory and HS & E 4 Marks
requirement

or
Reliable of Estimates/ Design/ Drawings etc. in
case of consultancy jobs
v. Timely submission of estimates and other 4 Marks
documents for extra, substituted & AHR items

307
B. For Suppliers

i. Submission of order acceptance, PBG, 5 Marks


drawings and other documents within time

ii. Attending complaints and requests for after 5 Marks


sales service/ warranty repairs and/ or query/
advice (upto the evaluation period)

iii. Response to various correspondence and 5 Marks


conformance to standards like ISO

iv. Submission of all requirement documents 5 Marks


including test certificate at the time of supply

308
Bhagyangar Gas Limited
PERFORMANCE RATING DATA SHEET (FOR O&M)

i) Location :

ii) Order/ Contract No. & Date :

iii) Brief Description of Items Works/ :


Assignment

iv) Order/ Contract Value (Rs.) :

v) Name of Vendor/ Contractor/ Consultant :

vi) Contracted delivery/ completion schedule :

vii) Actual Delivery/ Completion date :

Performance Delivery Performance Quality Reliability Total


Parameter Performance Performance
Maximum Marks 40 40 20 100
Marks Allocated
(*)

Remarks (If any)

PERFORMANCE RATING (**)

Note :
(*) Allocation of marks would be as per enclosed instructions
(**) Performance rating shall be classified as under :-

Sl. Range Rating


No. (Marks)
1. 60 & below Poor
2. 61 – 75 Fair
3. 76 – 90 Good
4. More than 980 Very Good

Signature of Authorized Signatory

Name:

Designation

309
Instructions for Allocation of Marks (For O&M)

1) Marks are to be allocated as under

1.1 Delivery / Completion Performance 40 Marks

Delivery Period/ Completion Delay in Week Marks


Schedule
a) Ùpto 3 months Before CDD 40
Delay up to 4 weeks 35
Delay up to 8 weeks 30
Delay up to 10 weeks 25
Delay up to 12 weeks 20
Delay up to 16 weeks 15
More than 16 weeks 0
b) Above 3 months Before CDD 40
Delay up to 4 weeks 35
Delay up to 8 weeks 30
Delay up to 10 weeks 25
Delay up to 16 weeks 20
Delay up to 20 weeks 15
Delay up to 24 weeks 10
More than 24 weeks 0

1.2 Quality Performance 40 Marks

For normal Cases: No Defects/ No Deviation/ No Failure 40 Marks

i. Rejection / Defects Marks to be allocated on 10 Marks


prorate basis for acceptable
quantity as compared to total
quantity for normal cases.
ii. When Quality failure Failure of severe nature 0 Marks
endanger system - Moderate Nature 5 Marks
integration and safety of - Low serve nature 10-25 Marks
the system

ii. Number of Deviations 1. No Deviation 5 Marks


2. No. of Deviations < 2 2 Marks
3. No. of Deviations > 2 0 Marks

1.3 Reliability Performance 20 Marks

A. For Works/ Contracts

i. Submission of order acceptance, agreement, 4 Marks


PBG, drawings and other documents within
time

ii. Mobilization of resource as per contract and in 4 Marks


time

iii. Liquidation of Check-list points 4 Marks


iv. Compliance to statutory and HS & E 4 Marks
requirement

or

Reliable of Estimates/ Design/ Drawings etc. in


case of consultancy jobs

310
v. Timely submission of estimates and other 4 Marks
documents for extra, substituted & AHR items

B. For Suppliers

i. Submission of order acceptance, PBG, 5 Marks


drawings and other documents within time

ii. Attending complaints and requests for after 5 Marks


sales service/ warranty repairs and/ or query/
advice (upto the evaluation period)

iii. Response to various correspondence and 5 Marks


conformance to standards like ISO

iv. Submission of all requirement documents 5 Marks


including test certificate at the time of supply

311
10.0 SCHEDULE OF RATES (SOR)

312
SCHEDULE OF RATES

FOR

LAYING & CONSTRUCTION OF 10”; 6” & 4” NB U/G STEEL


P/L NETWORK & ASSOCIATED WORKS IN KAKINADA CITY

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\Summary of Prices-BGL.doc


313
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF 10”; 6” & 4” NB U/G STEEL P/L NETWORK & ASSOCIATED WORKS
IN KAKINADA CITY

CONTENTS

1. SOR FOR MAINLINE, TERMINALS & ASSOCIATED WORKS 32

2. SUMMARY OF PRICES 01

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\Summary of Prices-BGL.doc


314
SCHEDULE OF RATES
FOR
1) MAINLINE WORKS
(SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1)

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\Summary of Prices-BGL.doc


315
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
1.0 CARBON STEEL PIPES
1.1 PIPELINE LAYING / INSTALLATION in normal surface/ unprepared surface built up
surface / hard surface.
"Receiving and taking over" as defined in the specifications, handing, loading, transportation
and unloading of Owner supplied 3-Layer PE coated and bare linepipes from Owner's
designated stack-yard to Contractor's stock yard/workshop/work-site including preliminary
activities, preparation of drawings, wherever required for crossing etc. including handling,
stacking, stringing on the pipeline Right-of-Use/ pipeline route alignment, carrying out
inspection of company supplied materials including linepipes at the time of taking over, laying/
installation of coated linepipes, associated burried valves, barred tees, insulating joints,
flanges & fittings of all sizes, thickness & ANSI class rating and accessories as per
specification wherever required depending on site condition including execution of all works,
"taking over", handling , including loading and unloading, transportation of Owner supplied
materials other than linepipe from Owner's designated place (s) of issue to work site,
additional lands required for Contractor's storage, fabrication, access for construction,
procurement and supply of all materials (except Owner supplied materials), consumables,
equipment, labour and other inputs, carrying out all temporary, ancillary, auxiliary works, ready
for commissioning of pipeline as per drawings, specifications, other provisions of Contract
document and instructions of Engineer-in-charge, including but not limited to carrying out the
following works:
- Surveying of route and detours required at the time of execution including marking the same in
topographical sheet, preparation of construction drawings showing survey details, and submit
same to Owner for review / approval.
- Staking and installation of construction markers, clearing, fencing, grubbing, cutting of trees,
full filling all the requirements of various statutory/ environment authorities to the entire
satisfaction of concerned authorities, grading of work area. Shifting of all obstruction within the
ROU/ Pipeline route alignment viz. electrical lines/ poles, telephone line / poles, etc. co-
ordination with concerned authorities and obtain permissions from these authorities.
- Barricading the pipeline construction area prior to execution of the works as per
drawing no. MEC/23LZ/05/21/M/000/0004 enclosed with tender document and to the
entire satisfaction of Owner / Engineer-in-charge.

316
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 1 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
- Trenching to all depths by excavation in all types of soils including soft/ hard rock and
different type of pavement / footpath / roads etc. including rock breaking, chiselling or
otherwise cutting etc. as required and storing excavated soil, reusable materials at
designated area as directed by Engineer in charge and to a width to accommodate the pipeline
and HDPE conduit for OFC as per the relevant standard/ specification etc. [The minimum
depth of the top of pipeline shall be 1.0m measured from top of pipeline coating to the top of
undisturbed surface of the soil or as per SCC/ OISD - 226, whichever is higher]. Dewater of
trenches if required as per site condition.
- Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of
defects of pipe coating not attributable to Owner including defects/ damages occurring during
transportation / handling.
- Stringing of line pipes along pipeline trench / ROU on straw / sand / soft soil bags including
supply of bags and its filling materials.
- Checking, cleaning, aligning, bending, cutting and bevelling (as required) of pipes for welding
and field adjustments including pipe fittings, welding, carrying out non-destructive testing of
welds as required including 100% radiography by X-ray and providing all requisite equipment,
labour, supervision, materials, films, consumables, all facilities and personnel to process,
develop, examine and interpret radiographs and other tests as required, carrying out repairs of
weld joints found defective by Engineer-in-Charge, carrying out re-radiography and other tests
as required on repaired joints.
- Carrying out installation of carrier line pipe at all minor crossing viz. road, carttrack, pathway,
water bodies etc. at designated depth by open cut (except at crossing by HDD method).
- Carrying out installation of carrier line pipe in the casing pipe at cased crossing (excluding
installation of casing pipes which is covered separately).
Installation of LR Bends where ever required.
- Coating of field weld joints, long radius bends (R=3D), elbows, buried fittings and valves etc.
including supply of coating materials etc. (i.e. heat shrinkable sleeves and high build epoxy
etc.) as per PJS & Technical Specification compatible with 3 layer PE coating material of the
line pipe.
- Counting the number and type of trees cut in presence of DFO/concerned authorities and
keeping record thereof, stacking and handing over of all cut tress.

317
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 2 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
- Installation / lowering the pipeline in trench to required depth as per PJS, Technical
Specification & drawings, supply & placement of 1.0mm thk. & Pipe dia plus 300mm width
HDPE Yellow colour warning mat over the pipeline & HDPE duct in same trench along the
complete route as per standard drawings, data sheets & technical specifications, padding
around pipeline as per Standard Drg. no. MEC/SD/05/21/PL/WS-001/004 including supply of
suitable padding material duly approved by EIC , backfilling to its original condition with
excavated earth / borrowed select soil duly approved by EIC & its compaction &
crowning. At certain specific area of ROU, trench shall be backfilled & compacted and
shall be made ready for restoration & their Restoration shall be carried as per separate
SOR item mentioned elsewhere in the SOR or to be done by Owner / concerned
authorities.
- Supply and installation of slope breakers, wherever required or, as directed by Onwer /
Engineer–in–charge.
- Supply and installation of bank protection alongwith backfill materials duly approved by EIC for
pipeline trench and banks falls under minor water body crossing as per technical specification
& Std. Drg. No. MEC/23LZ/05/11/C/001/0001, wherever required or, as directed by Onwer /
EIC.
- Training and diversions of streams in steep slope area, wherever required.
- Carrying out air cleaning, pigging, flushing, cleaning and hydrostatic testing of complete
pipeline with required quantity of corrosion inhibitor including pre-testing of designated
sections complete as per specification and approved by Engineer–in–charge to specified
pressures indicated elsewhere and duration after stabilization as per specification, providing all
equipment, pumps, fittings, instruments, dead weight tester, pressure recorder, thermocouples
etc., and services, supervision, labour, consumables, water including supply of corrosion
inhibitor, air, etc. as required, locating of leaks and rectification of defect attributable to
Contractor (rectification of defects in linepipe material not attributable to contractor shall be
paid separately as per other item of schedule of rate), re-testing after rectification, dewatering
after successful completion of hydrotesting of entire section and as approved by Engineer-in-
Ch tieing-in, including the tie-in(s) of the pipeline with the adjacent sections of pipeline
- All
including cutting of test header, rebevelling as required, radiography and other NDT
examination, joint coating as per specification.
- Final clean-up of right-of-use or area disturbed by contractor during their construction activities
for laying of pipeline works and disposal of debris and surplus material to designated disposal
areas and backfilling of trench and compaction of the same as per satisfaction of Owner and /
Or as directed by Engineer–in–charge.
- Installation of all burried valves (except extended stem valves) inside the valve pit and making
provision to operate the valve.

318
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 3 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
- Liasioning & follow up for Permission with all the concerned authorities & boards viz
Railways, NH, R&B, Local Municipal, Panchyat, Electricity, REC, RES, Sewage water,
Drinking water, Forest, Social Forestry, Owners of OFC, Traffic, Law & Order, Fire
Brigade etc. for entire pipeline length and associated terminals alongwith associated
work as per tender.
- Preparation of as-built drawings, pipe-books (1 set of tracing on polyester film and 6 sets of as-
built drawings and 1 soft copy and 6 hard copies of pipe book) All the works shall be executed
in accordance with the provision of contract including carrying out all temporary/ ancillary/
auxiliary works required for the performance of the works and all other acts, deeds, matters
and things necessary to make the pipeline ready for precommissioning activities.
Specified dia Thk (mm) Material Coating Type Length of each pipe
(inches) NB
1.1.1 10" 6.4 API 5L Gr. X-42 3 Layer PE Double random Meter 46000
Coating (Externally) (approx. 11.5 m to 12.5 m)
1.1.2 6" 6.4 API 5L Gr. B 3 Layer PE Double random Meter 19000
Coating (Externally) (approx. 11.5 m to 12.5 m)
1.1.3 4" 6.4 API 5L Gr. B 3 Layer PE Double random Meter 10000
Coating (Externally) (approx. 11.5 m to 12.5 m)

Note:
i) This item shall be applicable for the underground steel grid main pipeline & branch pipeline
including tap-off for distribution pipelines, OLS, DRS, MS etc.along with installation of
necessary valves, insulating joints, bends (R=3D), flanges & fittings, accessories etc. and
aboveground approach pipeline upto Insulating Joint (excluding installation of aboveground
insulating joint) for various stations.
ii) Contractor shall not perform any pipeline activities along ROU without specified
barricading as per Drg. No. MEC/23LZ/05/21/M/000/0004 and other safety measures. In
case contractor does not provide specified barricading, Owner will levy penalty at 5%
of the pipeline laying running meter rate, for the relevant section of the pipeline apart
from other actions as per contract.
iii) Items except above are covered separately. The lengths of pipelines are tentative.
iv) For restoration of asphalt / concrete roads, the item for construction of asphall top / concrete
top / red stone / paver shall be paid separately as per the rates quoted for the same elsewhere
in the SOR.

319
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 4 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
2.0 RESTORATION
2.1 Restoration of asphalt / concrete / red stone roads / pavement including compaction of soil, to
original condition as per requirement and to the entire satisfaction of EIC and / or concerned
Owners having jurisdiction for following thickness.
2.1.1 Restoration of Asphalt road upto 10 cm thickness Sq. metre 100

2.1.2 Restoration of Asphalt road beyond 10 cm upto 20 cm thickness Sq. metre 100

2.1.3 Restoration of Concrete road upto 10 cm thickness Sq. metre 150

2.1.4 Restoration of red stone road / footpath / pavement upto 4 cm thickness Sq. metre 150

2.1.5 Restoration of Paver block Sq. metre 150

3.0 CONTINUOUS CONCRETE COATING (FOR CS PIPES)


3.1 Supply of all consumables, materials and application of 80mm thk continuous concrete weight
3
coating of minimum density 2245 kg/m of mininum grade M-20 (nominal mix) and field joints
thereof in all areas of work wherever required as per site condition and performing all works as
per specification on the line pipe for following sizes :-
3.1.1 10" NB x 6.4 mm W.T. Meter 36
3.1.2 6" NB x 6.4 mm W.T. Meter 45
3.1.3 4" NB x 6.4 mm W.T. Meter 60
4.0 CONCRETE SADDLE WEIGHTS(Precast/Cast in situ)
4.1 Unit rate for additional works over and above item no. 1.0 for supply of all consumables and
materials including supply of 3mm, HDPE sheets, fabrication and installation of concrete
saddle weights on pipeline and performing all works as per specifications, drawings, and
instructions of Engineer-in-charge and other provisions of the Contract document.
4.1.1 Specified 10"NB x 6.4 mm W.T. Nos. 10
4.1.2 Specified 6" NB x 6.4 mm W.T. Nos. 10
4.1.3 Specified 4" NB x 6.4 mm W.T. Nos. 10

320
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 5 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
5.0 MAJOR CASED Crossing
5.1 Complete work of the rail crossing (between the limits as defined in approved drawings)
excluding supply of casing pipe (for 10" NB & 6" NB Pipeline) & Bare CS conduit of size
150mm x 6.4mm thk (for OFC / HDPE duct) confirming to API 5L Gr. B / IS : 3589 or
equivalent ERW pipe alongwith handling, loading, transportation, unloading to Contractor's
own stock yard/ work site.
Pre-construction survey and making of crossing drawing based on site visit and getting their
approval from concerned Authority/ Engineer-in-charge prior to start the execution of work.
Installation of casing pipe by jacking/ boring/ for rail crossings in all type of soil strata including
soft / hard rock and open cut for adjacent service road, canal, minor nature of water channel,
utility line crossing etc. (if any) wherever required for all depth in all type of soils and terrrain for
carrier pipe insertion and for OFC/ HDPE duct. All other Contractor supplied materials like
casing insulators, Zinc Ribbon Anodes and casing end seals as per enclosed specification/
drawings materials for casing vents and drain assembly etc. including supply of all other
materials, equipments, consumables, manpower, welding including visual inspection of all weld
joints.
Preparation of required length of carrier pipeline welded string including all other works as
mentioned in item no. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE
duct through CS conduit & insertion of carrier pipe in casing pipe after above ground pretesting
at specified test pressure including installation of casing insulators and Zn ribbon anode as per
approved design calculation, specification/ drawings. Insatllation of vent and drain assembly,
fixing of end seals, backfilling and restoration as original of the facilities crossed and
performing all other works including pigging, cleaning, final hydrotesting etc. alongwith
mainline works (as mentioned in item no. 1.0 above) and as per specification, approved
procedure, drawing etc. and instruction of Engineer-in-charge and provision of contract
document, getting NOC from all concerned Authority of the facilities crossed.
Details of X-ings
5.1.1 Madhavapatinam Railway Line at chainage approx. 4.3 km in the sarpavaram to peddapuram
section

a) By Jacking/ Boring of Casing Pipe - 16" NB, mm wall thk. (for 10" NB pipeline) M 35

b) By Jacking/ Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 35

321
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 6 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
5.1.2 Samalkot Railway crossing at chainage apprx. 11.1 Km in the sarpavaram to peddapuram
section

a) By Jacking/ Boring of Casing Pipe - 12" NB, mm wall thk. (for 6" NB pipeline) M 65

b) By Jacking/ Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 65

5.1.3 Railway crossing at chainage approx. 11.93 km in the sarpavaram to pithapuram section

a) By Jacking/ Boring of Casing Pipe - 12" NB, mm wall thk. (for 6" NB pipeline) M 35

b) By Jacking/ Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 35

5.1.4 Railway crossing at chainage approx. 2.06 km in the Bhanugudi to Zillaparisad section

a) By Jacking/ Boring of Casing Pipe - 16" NB, mm wall thk. (for 10" NB pipeline) M 20

b) By Jacking/ Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 20

5.1.5 Other unspecified cased crossing

a) By Jacking/ Boring of Casing Pipe - 16" NB, mm wall thk. (for 10" NB pipeline) M 60

b)) By Jacking/ Boring of Casing Pipe - 12" NB, mm wall thk. (for 6" NB pipeline) M 25

c) By Jacking/ Boring of Casing Pipe - 10" NB, mm wall thk. (for 4" NB pipeline) M 25

d)) By Jacking/ Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 110

5.1.6 Cased crossing by Open cut method

a) By Open Cut of Casing Pipe - 16" NB, mm wall thk. (for 10" NB pipeline) M 40

b) By Open Cut of Casing Pipe - 12" NB, mm wall thk. (for 6" NB pipeline) M 40

322
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 7 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)

c) By Open Cut of Casing Pipe - 10" NB, mm wall thk. (for 4" NB pipeline) M 10

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 90

Note: (i) Actual length & cover from top of casing pipe string may vary depending upon site
conditions, approved drawings, specification etc. and / or as decided by concerned Authority /
Engineer-in-charge.
(ii) Exact centreline location of boring of 6" NB CS conduit as a casing pipe shall be minimum
4.0m or as per available ROU either side based on as installed centreline dimension of carrier
pipe inside casing pipe at all cased crossing. The cover to top of casing pipe for cable conduit
shall be same as cover to top of the pipeline/ casing pipe as applicable.
(iii) Payment for supply & installation of Zinc ribbon anode and its design excluded from above
item and covered elsewhere in the SOR.
(iv) Payment for the length carrier pipeline string inserted in casing pipe laid by Boring are
covered separately and shall be paid under other items mentioned elesewhere in the SOR.
(v) Width of above crossings indicated are tentative. The width indicated in SOR item 5.1.5 &
5.1.6 are not for any single crossings. This shall be as per requirement at site for crossings at
different locations.
6.0 Supply of Casing Pipe
6.1 Supply of following casing pipe including handling, loading, transportation & unloading etc. to
contractor's own stock yard / worksite(s).

6.1.1 Supply of Casing Pipe - size 16" NB, mm wall thk. of material API 5L Gr. B / IS : 3589 or M 90
equivalent ERW Pipe (for 10" NB pipeline) duly Corrosion coated of High build epoxy of
minimum 450 microns thickness.
6.1.2 Supply of Casing Pipe - size 12" NB, mm wall thk. of material API 5L Gr. B / IS : 3589 or M 120
equivalent ERW Pipe (for 6" NB pipeline) duly Corrosion coated of High build epoxy of
minimum 450 microns thickness.
6.1.3 Supply of Casing Pipe - size 10" NB, mm wall thk. of material API 5L Gr. B / IS : 3589 or M 25
equivalent ERW Pipe (for 4" NB pipeline) duly Corrosion coated of High build epoxy of
minimum 450 microns thickness.
6.1.4 Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B / IS : 3589 or equivalent ERW M 235
Pipe (for OFC & their conduit) duly Corrosion coated of High build epoxy of minimum 450
microns thickness.

323
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 8 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
7.0 ROAD CROSSING BY HDD
7.1 Complete work of the road crossing (between the limits are defined as approved drawings) by
HDD method including "Receiving and taking over" owner supplied three layer PE coated line
pipes from Owner's designated place to issue/ dump site(s) and transportation to Contractor's
stock yard/ work shop/ work site including all handling loading, unloading, aligning etc. supply
of all Contractor supplied material including required length of CS conduit duly Corrosion
coated of High build epoxy of minimum 450 microns thk duly for OFC laying of size 150mm
NB; 6.4mm thk. of API 5L Gr. B / IS : 3589 or equivalent ERW pipe to work site(s), manpower,
equipment, other resources and aquiring the required land for storage, fabrication inclduing
string preparation of pipes, welding, welding repair, radiography, coating of field joints with
special type Heat Shrink Sleeve and repair of pipeline coating with special repair patch
materials as per
specification, pre-testing etc. of complete string made for crossing access for Contractor etc.
and execution of, but not limited to, following works in accordance with specifications and
instruction of Engineer-in-charge and as per all provision of Contract Document.
Pre-construction survey based on site visit, collection of data (if required) from concerned
Authority including design and detail engineering and making of crossing drawings for getting
their approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for
road crossing as well as utility crossings (if any) encountered during road crossing prior to start
the execution of work.

Directional drilling to required depth from top of road including maintenance of drill hole in all
types of strata including rocky terrain at all depth to accommodate the pipeline and CS conduit
for OFC laying at all conditions encountered during rail/ road crossing by approved HDD
methods for providing minimum cover specified in code/ specification or the actual depth as
decided by concerned authority, whichever is more.

Backfilling of the ditch/ trench including restoration and cleanup of area and all other works
including pigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in
item no. 1.0 above) required as per specification, approved drawings, calculations, methods
and to the satisfaction of Engineer-in-charge and/or as directed by concerned Authority.
Details of Road Crossing
Road Crossings at various locations as decided by EIC at site as per concerned authority
requirement.
7.1.1 Line pipe detail 10" NB, 6.4 mm thk API 5L X 42 pipe, C.S. conduit 6"NB, 6.4mm thk of API 5L Meter 80
Gr. B / IS: 3589 / or equivlent ERW pipe)
7.1.2 Line pipe detail 6" NB, 6.4 mm thk API 5L X42 pipe, C.S. conduit 6"NB, 6.4mm thk of API 5L Meter 60
Gr. B / IS: 3589 / or equivlent ERW pipe)
324
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 9 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
7.1.3 Line pipe detail 4" NB, 6.4 mm thk API 5L X42 pipe, C.S. conduit 6"NB, 6.4mm thk of API 5L Meter 60
Gr. B / IS: 3589 / or equivlent ERW pipe)
Note: (i) Crossing width may vary as per site condition. Tenderer are advised to visit site for
actual assessment of extent of crossing. Actual string length for HDD shall be as per design
calculations so that pipe is not under stress as permitted by codes/ specifications. However
final length of string & cover from top of pipe shall be decided by concerned Authority/
Engineer-in-charge.
(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit
made for crossing laid by HDD method are inclusive in the above item rate and no separate
payment shall be made under other item mentioned elsewhere.
(iii) The Contractor has to quote alongwith 6" CS conduit. No any extra payment shall be
made against this item. It is sole descretion of the Contractor to do HDD crossing of mainline
pipe as well as CS conduit pipe either by suitabily strapping together both the carrier pipe &
CS conduit and pulled through the same drill hole. or making separate HDD for 6" CS conduit
for OFC laying at minimum 4m distance apart from centreline of HDD of mainline either side.
No separate payment for HDD for 6" Dia CS conduit shall be paid.
(iv) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossings at different locations.
8.0 WATER BODY CROSSINGS BY HDD METHOD
8.1 Complete work of the water crossings i.e. Canal / Nala / Drain / Pond etc. (between the limits
as defined in approved drawing) by Horizontal Directional Drilling (HDD) method including
"Receiving and taking over" owner supplied three layer PE coated line pipes from owner's
designated places of issue/ dump site(s) and transportation to Contractor's stock yard/ work
shop/ worksite including all handling, loading, unloading, aligning etc. supply of all Contractor
supplied material including required length of CS conduit of size 150mm NB, 6.4mm thick. of
API - 5L Gr. B / IS : 3589 or equivalent ERW Pipe duly Corrosion coated of High build epoxy
of minimum 450 microns thk for OFC laying works site(s)manpower, equipments, other
resources and acquiring the required land for storage, fabrication, access for Contractor etc.
and execution of, but not limited to, following works in accordance with specifications scope of
work and instructions of Engineer-in-charge and as per all provision of Contract Document.
- Pre-construction surveys based on site visit, collection of historical data from irrigation/
concerned department including design & calculation and detail engineering and making of
crossing drawing for getting their approval from concerned Authority/ Engineer-in-charge,
getting work permit/ NOC for water crossings/ road crossings as well as utility crossings (if any)
encountered during crossing prior to start the execution of work.

325
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 10 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
- In case of water crossing, drilling to the required depth on the banks and bed including
maintenance of drill hole in all types of soil strata including soft / hard rock, all depth to
accommodate the pipeline and CS conduit for OFC laying at all conditions of the water
crossings by HDD methods for providing with minimum cover over top of the pipe at all point
across the maximum possible width of water bed (as per drawing) either 1.5 mtrs. below the
predicted scour profile expected during the life time of the pipeline or 2.5 mtrs. below the
available lowest firm bed (if scour profile/ depth not available) of the water crossing by
ascertaining bed level upto 50 mtrs. both the side from crossing location or the actual depth as
decided by concerned Authority/ Engineer-in-charge whichever is more.
- Laying of the pipeline by the approved HDD method across the crossing including, strings
preparation of pipes, welding, testing, radiography, welding repair and retest, coating of field
joints with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating
with special PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of
complete strings made for crossing etc.

- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction
of Engineer-in-charge/ Concerned Authority.

- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.

- All other works including pigging, cleaning, final hydrotesting etc. alongwith mainline works (as
mentioned in item no. 1.0 above) required as per specifications, codes, approved drawings,
calculations, methods and as directed by Engineer-in-charge.

8.1.1 Crossing of other water/ canal/ nallah/ drain/ channel crossings by carrier pipeline of size 10" Mtrs. 100
NB x 6.4 / 9.5 mm thk. of API 5L X42 and CS conduit of 6" NB x 6.4mm thick. of API 5L Gr. B
or equivalent ERW Pipe for cable Conduit.
8.1.2 Crossing of other water/ canal/ nallah/ drain/ channel crossings by carrier pipeline of size 6" Mtrs. 120
NB x 6.4 / 9.5 mm thk. of API 5L X42 and CS conduit of 6" NB x 6.4mm thick. of API 5L Gr. B
or equivalent ERW Pipe for cable Conduit.
8.1.3 Crossing of other water/ canal/ nallah/ drain/ channel crossings by carrier pipeline of size 4" Mtrs. 100
NB x 6.4 / 9.5 mm thk. of API 5L X42 and CS conduit of 6" NB x 6.4mm thick. of API 5L Gr. B
or equivalent ERW Pipe for cable Conduit.

326
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 11 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
Note: (i) Crossing width may vary as per site condition. Actual string length for HDD shall vary
as per design calculations so that pipe is not under stress as permitted by codes/
specifications. However final length of string & cover from top of pipe shall be decided by
concerned Authority/ Engineer-in-charge.
(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit
made for crossing laid by HDD method are inclusive in the above item rate and no separate
payment shall be made under other item mentioned elsewhere.
(iii) The Contractor has to quote alongwith 6" CS conduit. No any extra payment shall be
made against this item. It is sole descretion of the Contractor to do HDD crossing of mainline
pipe as well as CS conduit pipe either by suitabily strapping together both the carrier pipe &
CS conduit and pulled through the same drill hole. or making separate HDD for 6" CS conduit
for OFC laying at minimum 4m distance apart from centreline of HDD of mainline either side.
No separate payment for HDD for 6" CS conduit shall be paid.
(iv) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
9.0 Excavation of hard rock
9.1 Excavation of hard rock wherever hard rock of single piece exceeding 1.0 m in length Cub.m 10
removable by pneumatic chisel/ drill as per direction of EIC.

10.0 REPAIR OF DEFECT IN PIPES (NOT ATTRIBUTED TO CONTRACTOR)


10.1 Repair of defects on Owner supplied linepipes of all grades and wall thickness as specified in
following items, noted and recorded at the time of "receiving and taking over" by Contractor in
the presence of Engineer-in-charge.
10.1.1 Cutting and rebevelling for dents in bevels exceeding 3 mm in depth for pipe sizes:
10.1.1.a Specified OD 10" Nos. 10
10.1.1.b Specified OD 6" Nos. 10
10.1.1.c Specified OD 4" Nos. 10
10.1.2 Jack out of dents in bevels ranging between 1.5 mm and 4 mm in depth for pipe sizes:
10.1.2.a Specified OD 10" Nos. 10
10.1.2.b Specified OD 6" Nos. 10
10.1.2.c Specified OD 4" Nos. 10

327
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 12 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
11.0 REPAIR OF COATING DEFECTS (NOT ATTRIBUTED TO CONTRACTOR
11.1 Repair of Holiday in Coating (Noted and recorded at the time of "receiving and taking
over")
Supply of all coating repair materials as per requirements of specification to be compatible with Sq. cm 100
line pipe coating material, supply of all consumables, utilities, equipments and all manpower
required, pipe cleaning and surface preparation, repairing of coating defects (resulting in
holiday) and testing including all handling, transportation, etc. for line pipes, performing all
works necessary for the completion of the works stirctly in accordance with relevant
specification and instructions of Engineer-In-Charge. This rate shall be applicable per sq. cm
of the exposed steel area exposed steel area.
12.0 PERMANENT MARKERS
12.1 Supply, fabrication and installation of all types of permanent markers along the route including
all associated civil works such as excavation in all types of soil, construction in all types of soil,
construction of pedestals and grouting with concrete, clearing, supply and application of
approved colour and quality of primer and paint, stencil letter cutting for numbers, direction,
change etc., restoration of area to original condition and performing all works as per drawing,
specification and instruction of engineer-in-charge.
12.1.1 Pipeline RCC boundary / route marker as per drawing Nos. 1500

12.1.2 Pipeline warning markers / Direction marker with post & foundations Nos. 330

12.1.3 Pipeline KM with post & foundations Nos. 75

12.1.4 Pipeline Arial marker Nos. 10


13.0 LEAK / BURST (ATTRIBUTABLE TO OWNER)
13.1 All works for locating leak / burst in Company's supplied material only (occurred during hydro-
static testing) including necessary repairing/replacing defective pipe lengths including cutting
and out and removing the defective pipe, pre-testing and welding of replacement pipe, NDT of
welds, repair and retesting of defective welds, coating/painting of replacement pipe, pretesting
the replacement pipe into mainline/branch line, coating/painting of welding joints, cleanup,
retesting including cost of all labour materials, consumables and performing all works in
accordance with the provisions of the Contract document and as directed by Owner /Engineer-
in-charge/ Engineer in-charge
13.1.1 For 10" NB Line Lumpsum 1
13.1.2 For 6" NB Line Lumpsum 1
13.1.3 For 4" NB Line Lumpsum 1

328
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 13 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
Note:
i) This rate is applicable for manufacturing defects in Owner supplied material only.
ii) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as per
approved procedure by Contractor with a view that completion of all activity for successful
hydrotesting is not inordinalely extended which will hamper the overall project schedule.
14.0 PRE-COMMISSIONING AND ASSISTANCE IN COMMISSIONING OF PIPELINE SYSTEM
14.1 Swabbing, drying, purging with nitrogen of the complete pipeline network and the associated
facilities being installed to the specified acceptance criteria, carrying out pre-commissioning
works, providing assistance during the complete duration of commissioning operations for
entire pipeline network system including supply of all equipment, man-power, consumables
(including pigs & nitrogen required for purging with maintaining nitrogen column of mininum
10% of pipeline geometric volume) materials for all temporary works and performing all
associated works, complete as per the relevant specifications, other provisions of Contract
document and instructions of Engineer-in-charge.
14.1.1 For 10" NB Line Meter 46000
14.1.2 For 6" NB Line Meter 19000
14.1.3 For 4" NB Line Meter 10000
15.0 IDLE TIME PRESERVATION OF PIPELINE
15.1 Preservation of complete pipeline and associated facilities forming part of the pipeline as per
Bid document and its maintenance including supply of all consumables, all equipment, man-
power, etc. complete as per the requirements of specifications, other provisions of Contract
document and instructions of Engineer-in-charge.
Note : Owner reserves the right to exercise either or none of the rates below.
15.1.1 By filling and pressurizing with nitrogen to a pressure of 2 bar(g) for a period of 3 months.

15.1.1.a For 10" NB Pipeline Meter 46000


15.1.1.b For 6" NB Pipeline Meter 19000
15.1.1.c For 4" NB Pipeline Meter 10000
15.1.2 For every additional period of three month or part thereof

15.1.2.a For 10" NB Pipeline Meter 46000


15.1.2.b For 6" NB Pipeline Meter 19000
15.1.2.c For 4" NB Pipeline Meter 10000

329
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 14 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
16.0 PIPING WORKS FOR SECTIONALISING VALVE STATION-CUM-TAP-OFF POINT
16.1 All works for fabriaction and installation of all piping above ground at all elevations and below
ground at all depth for Sectionalising Valve Station alongwith preparation of construction
drawings duly approved by EIC, in all type of terrains and soils including transportation and
handling of all Owner supplied materials and contractor supplied materials as per PMS,
respective data sheet and TS (payment for contractor supplied shall be made as per separate
item mentioned elsever in SOR) i.e. extended stem butt welded sectionalising ball valve, other
types of valves, Barred Tee,line pipes for mainline, Only 4" NB pipe for all branch line including
ventlines from Owner's designated place(s) of issue to work site. Contractor shall supply of all
consumables, manpower, machinaries, materials etc. and carrying out all mechanical works of
underground and above ground piping including fabrication, welding, nondestructive testing
of welds, weld repairs/ retesting, cleaning/ flushing, pre-hydrotesting & hydrostatic testing,

dewatering, functional testing, cutting of mainline and bevelling (if required), tie-in of valve
assembly, including radiography of tie-in joints, corrosion, coating and external painting as
required, installation of instruments like pressure/ temperature instruments/ gauges alongwith
complete SS Tubing works including supply of SS Tube and thier accessories etc., as
required, obtaining all statutory clearances, approvals and permissions for the works
(wherever required), making of valve pit (for detail refer relevant drawings. Also refer note-iii)
for SV Stations-cum-tap-off points enclosed with tender filled with sand, excavation and filling
in all types of soils including soft/ hard rock for installation of piping/ pipe supports providing
pipe supports, area fencing and gate including all associated civil and structural works;
painting, finishing, clean-up and restoration of site; preparation of as-built drawings,
documents and project records and performing all works as per drawings, PJS, Technical
Specifications, other provisions of Contract document and instructions of Engineer-in-charge.

16.1.1 Type - I SV Station with vent


16.1.1.a For 10" NB Pipeline Lumpsum 7
for each
16.1.1.b For 6" NB Pipeline Lumpsum 4
for each
16.1.1.c For 4" NB Pipeline Lumpsum 1
for each
16.1.2 TYPE - II SV STATION WITH VENT & FUTURE TAP-OFF
16.1.2.a For 10" NB Pipeline Lumpsum 9
for each
16.1.2.b For 6" NB Pipeline Lumpsum 2
for each

330
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 15 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
16.1.2.c For 4" NB Pipeline Lumpsum 1
for each
Note:
i) Work under above items are exclusive of all works associated with main pipeline covered
under Item No. 1.0 above.
ii) All civil/ structural works including area fencing and gate except items mentioned in note-iii will
be paid separately as per unit rate provided elsewhere in the SOR.
iii) Construction of valve pits and Pipe Supports are included in the above item and no separate
payment will be made for them.
iii) All Assorted pipe,fittings & flanges including Olet below 2"& all sizes of ,coupling, nipples etc.
as required shall be suplied by contractor but no separate payments shall be made as it is
covered under above item rate.

17 SUPPLY OF ASSORTED PIPE, FITTINGS, FLANGES & VALVES


Complete works of supply of pipes, flanges & fittings for aboveground & underground
installation including all taxes, duties, transportation and inspection charges but not limited to,
the following items in accordance with PMS (piping material specification), relevant
specifications & drawings indicated in job specification under SCC (technical) and instructions
of Engineer-in-charge and as per all provisions of the CONTRACT DOCUMENT.
- Handling including lifting, transportation from Contractor Stores to CONTRACTOR's workshop
for fabrication and/ or to work site for field fabrication and erection for all piping items supplied
by Contractor.
17.1 Carbon Steel Pipe (API 5L Gr. B PSL-2, BE SEAMLESS )
Size Rating/ Schedule
i) 10" NB, BE Sch. Std. Meter 18
Ii) 8" NB, BE Sch. 40 Meter 45

17.2 Carbon Steel Pipe (A 106, Gr. B(Charpy), Seamless B-36.10)


Size Rating/ Schedule
i) 4" NB, BE Sch. 40 Meter 36

ii) 2" NB, BE Sch. XS Meter 30

331
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 16 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
17.3 Flanges
a) Weld Neck (B-16.5, 300# A105(Charpy))RF,125AARH)
Size Rating/ Schedule

ii) 4" NB, RF End thickness to match with pipe wall thickness Nos. 8

iii) 2" NB, RF End thickness to match with pipe wall thickness Nos. 8

b) Blind Flanges (B-16.5, 300# A105(Charpy))


Size Rating/ Schedule

ii) 4" NB RF 125AARH Nos. 8

iii) 2" NB RF 125AARH Nos. 8

17.4 Elbow (Seamless)

a) 90° Elbow (A234 Gr. WPB(Charpy), B-16.9, 1.5D)


Size Rating/ Schedule
ii) 8" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 2

ii) 4" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 40

iii) 2" NB BW, End thickness to match with pipe wall thickness(Sch.XS) Nos. 20

b) 90° Elbow (A234 Gr. WPB(Charpy), B-16.9, 3.0D)


Size Rating/ Schedule
i) 10" NB BW, End thickness to match with pipe wall thickness(sch 40) Nos. 30

ii) 6" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 20

ii) 4" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 15

332
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 17 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
b) 45° Elbow (A234 Gr. WPB(Charpy), B-16.9, 3.0D)
Size Rating/ Schedule
i) 10" NB BW, End thickness to match with pipe wall thickness(sch 40) Nos. 25

ii) 6" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 15

ii) 4" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 10
b) 22½° Elbow (A234 Gr. WPB(Charpy), B-16.9, 3.0D)
Size Rating/ Schedule
i) 10" NB BW, End thickness to match with pipe wall thickness(sch 40) Nos. 30

ii) 6" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 10

ii) 4" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 10
b) 15° Elbow (A234 Gr. WPB(Charpy), B-16.9, 3.0D)
Size Rating/ Schedule
i) 10" NB BW, End thickness to match with pipe wall thickness(sch 40) Nos. 20

ii) 6" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 10

ii) 4" NB BW, End thickness to match with pipe wall thickness(Sch.40) Nos. 8

17.5 Tees (Seamless)


a) Equal Tee (A234 Gr. WPB(Charpy), B16.9)
Size Rating/ Schedule

ii) 4" NB x4" NB x 4" NB BW, End thickness to match with pipe wall thckness(Sch.40) Nos. 16

iii) 2" NB x2" NB x 2" NB BW, End thickness to match with pipe wall thckness(Sch.XS) Nos. 8
b) Unequal Tee (A234 Gr. WPB(Charpy), B16.9)
Size Rating/ Schedule

i) 8" NB x8" NB x4" NB BW, End thickness to match with pipe wall thckness(Sch.40) Nos. 1

333
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 18 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
4" NB x 4" NB x 2" NB BW, End thickness to match with pipe wall thickness (Sch 40) Nos. 8

17.6 Weldolet and Sockolet


a) Weldolet (A 105 (Charpy),MSS-SP97)
Size Rating/ Schedule
6"NB X 2"NB BW,S80 Nos. 12
b) Reducer (A234 Gr. WPB(Charpy), B16.9)
10"NB X 8"NB BW,S40 Nos. 2
c) Disc End( A234 Gr. WPB(Charpy), B16.9)
10" NB Disc End Nos. 2
6" NB Disc End Nos. 4
4" NB Disc End Nos 12
17.7 Barred Tees
a) Equal / Unequal Barred Tees (As per Data Sheets)
Size Rating/ Schedule
i) 10"X10"X10" BW,End thickness to match Pipe thickness Nos. 3

ii) 10"X10X6" BW,End thickness to match Pipe thickness Nos. 4

iii) 10"X10X4" BW,End thickness to match Pipe thickness Nos. 46

iv) 4"X4"X4" BW,End thickness to match Pipe thickness Nos. 1

v) 6"X6"X4" BW,End thickness to match Pipe thickness Nos. 3

b) Equal / Unequal Tees (A234 Gr. WPB, B16.9)


i) 4"X4"X2" BW,End thickness to match Pipe thickness Nos. 4

17.8 Insulating Joints


i) 10" NB , ANSI Rating 300# (As per Data Sheet enclosed) Nos. 2

ii) 4" NB , ANSI Rating 300# (As per Data Sheet enclosed) Nos. 8

334
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 19 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
18.9 Ball Valve (BS5351, B 16.11 ANSI Rating 800#)
ii) 3/4" NB BW,FB (As per Data Sheet enclosed) 800# Nos. 12

Note:
i) For all the supply items mentioned above, procurement shall be made as per enclosed Data
Sheets and respective technical specification, after due approval of Engineer-in-charge.
ii) The quantities mentioned above are tentative and quantities for above supply items shall be
finalised & procured by Contractor only after due approval of EIC. Contractor supplied any
surplus item during reconciliation shall not be accepted / taken by the Owner.

19.0 PLANT PIPING (ABOVEGROUND)


Transportation of all piping items from Owner's and/ or Contractor's storage point to work at
site/ workshop as applicable, complete work of fabrication, erection, painting, testing of pipes,
flanges and fittings and making ready for further Commissioning / Start-up of carbon steel
piping of all sizes and ratings including supply of all consumables, equipment, manpower and
other resources and execution of, but not limited to, the following works in accordance with
relevant specifications indicated in item 5.5 of PJS & scope of work indicated in SCC,
drawings, specification and instructions of Engineer-in-charge and as per all provisions of the
CONTRACT DOCUMENT.
- Fabrication including cutting, edge preparation, inclusive of grinding the edges of pipes,
fittings, flanges etc. to match with the matching edges of uneven/different thickness wherever
required, welding, attachment of all pipe fittings like elbows, tees, reducers. Supply of all sizes
of nipples and coupling etc. as required for completion of job.
- Weldolets, sockolets, flanges, vent and drain point connection etc., including providing stub-in
connections, fabricated fittings and reinforcement pads etc., as required.
- Erection including prior cleaning, lifting, placing on pipe sleepers and supports, overhead on
racks, skids and at all elevations including installation and carrying out connected activities for
all types of valves including supply and fixing of gaskets, studs/ bolts, nuts wherever required
for all sizes, levelling, aligning, joining of flanges, blind flanges, connecting with equipment,
nozzles, strainers, tie-in with existing piping/facilities, etc. tapping for inline instruments like
pressure gauges, thermowells, sample connection, etc.
- Preparation of final bill of material based on piping GADs.
- Preparation of isometric and fabrication drawings.
- Carrying out Non-destructive testing as required. Except item mentioned in sl.no. 22 of SOR.
- Surface preparation before application of primer by means of sand blasting including supply of
approved quality of sand, manpower, machineries, tools & tackles to achieve required
roughness as per specification and as per instruction of Engineer-in-charge.

335
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 20 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
- Painting of entire system (including aboveground all pipes fittings, flanges and accessories) as
per specification MEC/S/05/21/07 suitable for highly corrosive area environment including
supply of approved paints and primers, application of primer and paints, indentification
lettering/ numbering, colour coding, etc. as specified including rub down & touch up of shop
primer or scrapping of shop primer wherever required by COMPANY and providing scaffolding
for all heights etc.
- Cleaning and flushing by water/ compressed air, testing of the systems including hydrostatic,
pneumatic and any other type of testing as specified, draining, drying by compressed air/other
methods approved by COMPANY.
- Precommissioning & making operational all piping system and equipments.

- Commissioning Contractor scope shall provide all necessary assistance in term of supply of
man-power, equipment, tools and tackles required amount of nitrogen for purging of entire
terminal piping system including equipments etc. to the company during commissioning
activities.
- Completion of all such work in all respects as per scope of work and as per drawings,
specifications and instructions of the COMPANY and keeping the system ready in all respects
for further commissioning and start up.

- Hook-up works (with client/ consumer piping at battery limits):

19.1 Complete Carbon Steel aboveground Piping Work with painting including all fittings, flanges
and supply of all required gaskets, studs bolts & nuts etc. as described under item 20.0 above

Carbon Steel Pipe (ASTM A 106, Gr. B, Seamless B-36.10)


Size Rating/ Schedule
i) 10" NB, BE S40 Meter 18

ii) 8" NB, BE S40 Meter 45

ii) 4" NB, BE S40 Meter 36

iii) 2" NB, BE S80 Meter 30

336
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 21 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
Note: 1) Pipe Specification and thickness may vary depending upon availability of pipe. No extra
payment shall be made for this.
2) All butt welded fittings & flanges end shall generally match with connecting pipe wall
thickness. However, in case of misalignment, Contractor shall have to do end preparation
without any extra cost.
3)All Assorted pipe,fittings & flanges including Olet below 2"& all sizes of ,coupling, nipples
etc. as required shall be suplied by contractor but no separate payments shall be made as it is
covered under above item rate.
20.0 RADIOGRAPHY

Performance of radiographic inspection by gamma radiation as per scope of work and as per
specifications in piping of all types and thickness including providing/hiring of all necessary
equipments, supply of all consumables, and whatever else even though not expressely
mentioned but required to perform the work as per specifications and instructions of Engineer-
in-Charge (full circle re-radiography of the repaired joint and additional radiography
necessitated due to poor performance of contractor's welder shall be carried out by the
Contractor at his own cost and shall not be paid extra by Company). Radiographs shall be
submitted to the Engineer-in-Charge for acceptance, whose decision shall be final and binding.

Size
i) 10" NB No.of 8

ii) 8" NB No.of 20


Joints
iii) 4" NB No.of 40
Joints
iv) 2" NB No.of 24
Joints
Note:
i) The quantities mentioned above are tentative.

337
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 22 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
21.0 Aboveground installation of Insulating Joint & Valves etc.

Handling including lifting and transportation from COMPANY's warehouse to CONTRACTOR'S


Stores and/or work site and installation of all types of valves, insulating joint including
assembly of valve accessories, (if any) by bolting, threading or welding, supply and insertion of
gaskets, nuts & bolts, nipples, etc. at all elevations of pipe sleepers, supports or overhead on
racks, equipments nozzle, skid & painting etc. supply of all consumables, manpower,
equipment, etc. for completion of all works as per scope of work and as per drawings,
specifications and instructions of Engineer-in-charge including servicing/ cleaning of valve
wherever requried.
21.1 Flanged/ Welded Valves (Full Bore/ Reduced Bore)
Ball / Globe / Plug Valve
Size Rating/ Schedule

ii) 8" NB 300# Nos. 6

iii) 4" NB 300# Nos. 9

iv) 2" NB 300# Nos. 10

21.2 Sockolet Welded Valve (Ball / Globe /Plug )

Size Rating/ Schedule


i) 1" NB 800# Nos. 18

3/4" NB 800# Nos. 10


21.3 Insulating Joint
i) 10" NB, 300# Nos 2

4" NB, 300# Nos 8

Note:
The quantities mentioned above are tentative.

338
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 23 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
22.0 Supply of Coating repair material

i) Cross linked Thermoplastic adhsive of Repair patch( Perp 80 patch of covalance raychem or Sq.m. 25
equivalent)

ii) Coating Silicon Roller Nos. 10

iii) PERP FILLER of Covalance Raychem or equivalentt. Sq.m. 15

23.0 STRUCTURAL WORKS


23.1 Supply of erection of single leaf mild steel gate 2.5m high with mesh upto 2m height and No. 24
barbed wire fencing and 2m wide complete in all respect including painting as per TS on all
MS items, all works as per specification and drawings excluding foundations and RCC beams.

23.2 Supply of all materials, fabrication and erection of chain link fencing 2.5m high with mesh up to RM 720
2m height and barbed wire fenching complete in all respects including painting as per TS on
all MS items, all works as per specification and drawings excluding foundation and RCC
beams.
23.3 Pipe Supports & Other Structures
a) Supply, fabrication and erection of all types of pipe supports like clamps, saddle, guide stops, M.Ton. 4
cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipe bridge for overhead piping;
frames for canopy, approach ladders and platforms, crossover, cable tray supports, etc.
including painting suitable for highly corrosive area as per specification labour and supervision
& complete work as per drawings, specifications and instruction of Engineer-in-charge. (Bolts,
nuts, washers, U-clamps etc. for supporting shall be supplied by the Contractor within the rates
quoted. These items will not be measured and paid seperately). The work is to be completed
in all respect as per scope of work and specification.
Notes:
i) The quantities indicated are estimated values and hence are approximate. Final payment will
be made based on actual quantities to be certified by the Purchaser.
ii) The cost of MS bolts (permanent and service(, washers, electrodes, putty, gases, cost of
straightening the raw materials, cutting of flats from plates and providing splices, paints, tools,
plants etc., as required for the work shall be deemed to be included in the quoted rates.
iii) All handling and transport charges of raw materials and fabricated structures including double
handling, as required, for completion of work in accrodance with time schedule, are deemed
be included in the quoted rates.

339
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 24 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
24.0 CIVIL WORKS (for GAIL Tap-off, CGS, PRS, SV's cum Tap-off and Mainline)
24.1 Site Grading
Earth in excavation and filling to the grades and levels shown in the approved drawings in all 3 150
M
kinds of conditions including for Road embarkments, using approved quality good earth from
designated borrow area, for all heights and depths including clearing and stripping (min.
150mm) of the area marked for filling, taking spot levels, consolidating the exposed natural soil
surface, excavating the earth from borrow area loading, transporting & unloading, spreading in
layers not exceeding 150mm thickness, breaking clods, watering (if reqd.), ramming and
compacting by manual/ mechanical means to give minimum 92% of modified Proctor's density
of earth, testing & dressing including disposal of all unserviceable material all complete as per
specifications and directions of Engineer-in-charge.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, cost of borrow earth
by way of royalties, right of way, cess etc., as applicable with all bye works and sundry works).

24.2 Plain Cement Concrete


Supplying and laying plain cement concrete (including shuttering of required) in all types of
concrete works including levelling courses below foundation, substructure, superstrcuture,
chambers, cable tranch, under floors and any other locations, at all leveies as per drawings,
specifications and directions of the Engineer-in-charge.

a) PCC 1:4:8
1 Cement : 4 Coarse sand : 8 stone aggregate 40mm nominal size. M3 15
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all
materials, shuttering, earthwork in excavation and backfilling using approved earth in all
conditions etc. with all bye works and sundry works.)

340
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 25 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
24.3 Reinforced Cement Concrete

Providing and laying reinforced cement of grade M-20 with 20mm and down grade crushed 3 170
M
stone aggregate in all types of structures like foundations, pedestals, pedestal bases, pipe
supports, sleepers cable trench inlcuding constrcution joints, bitumen painting on surface in
contact with soil, providing and fixing reinforcing steel, shuttering, inserts, finishes etc. at all
depths and heights complete as per drawings, specifications and direction of the Engineer-in-
charge.
Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all maerials
such as minimum 43 grade cement including sulphate resistant cement for sub-structures, R/F
steel, Inserts, bolts, conduits, bitumen, other minor constrcution materials, shuttering,
stanging, earthwork in excavation and backfilling using serviceable earth in all conditions,
shorting bailing and pumping out water, testing of concrete, curing etc. with all bye works and
syndry works.
24.4 Concrete Pavement
Providing and laying reinforced cement concrete of (M-20 grade) with 20mm and down grade
crushed stone aggregate in pavement, including preparation of base (i.e. compacted
subgrade, 200 thk sand and 50 thk PCC M-10 grade), leaving pockets if necessary, making
recess, projections, fixing inserts conduit pipes (GI, PVC, HDPE, etc.) laying in alternate
panels, filling the gaps between the panels with bitumen etc., making slopes, finishing edges,
leaving bars for pedestals & sleepers including providing sand fill isolation , shuttering,
providing and fixing reinforcing steel, curing, chipping and modification works etc. as specified
in any shape, thickness, position and finishing the top surface smooth as per requirement etc.
all complete as per drawings, specifications and directions of the Engineer-in-charge.
- 150 mm thick (Type-I) 2 100
M

24.5 Brick Work


Providing brick work with brick class designation M-7.5 of IS:1077 in cm1:4 (1 cement : 4 3 180
M
sand) in steps, walls, retaining walls and load bearing structures drains, or any shape with all
lead, depths & height including curring, scaffolding, etc., as per specifications and drawings
with all bye-works and direction of the Enfineer-in-charge.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all
materials such as minimum 43 grade cement bricks, finishes, bitumen, other minor
constrcution materials, shuttering, staging, masnory work, plastering, painting etc. with all bye-
works and sundry works).

341
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 26 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
24.6 Laying of Brick / Concrete / or impact resistant tape
Providing single layer of Brick / Concrete / or impact resistant tape to entire width of trench
above Warning Mat placed in trench over the laid pipeline as per OISD 226, standard drawing,
specification and instruction of Owner.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges & supply of all
materials, etc.)
24.6.1 Brick Layer for width of 16" pipeline trench as per drawing (75 mm thk.) Sq. m 100

24.6.2 Concrete for width of 16" pipeline trench as per drawing (80 mm thk.) Sq. m 100

24.6.3 Impact Resistant Tape of 3 mm thk for width of 16" pipeline trench Sq. m 100

25.0 TEMPORARY CATHODIC PROTECTION SYSTEM

25.1 Design, detailed engineering, supply, installation, testing and commissioning of the temporary
Cathodic protection system using Mg/ Zn galvanic anodes to protect the external surface of 3
LPE coated entire 78.0 km (approx.) long steel pipeline network against corrosion for design
life of minimum 1 year or till commissioning of PCP system whichever is later as per standard
specification No. MEC/TS/05/21/016A for temporary cathodic protection system. Scope shall
also include but not limited to the following for completion of jobs:

a) Measurement of soil resistivity along the right of way of the main pipeline route as per
specification for design & installation of anodes.

b) Collection of additional data related to cathodic protection along the right of way of pipeline as
per specifications.

c) Supply, installation, testing & commissioning of one set of spark gap arrestor with 2 plate Zinc
grounding cell of 20 kg net weight each across each insulating joint as per specification.

342
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 27 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
d) Supply, installation, testing & commissioning one set of polarisation cell with zinc anode at all
high tension (66KV or higher) electrical power transmission line/Equipment crossing or running
parallel to the pipeline for grounding purpose as per specification. The rating shall depend
upon anticipated fault current & ground bed resistance at the location of installation. However,
the rating of polarisation cell (krick) shall not be less than 5 KA & number of 20 kg net weight
zinc anode shall not be less than two.

e) Supply & installation of Zinc Ribbon Anodes at 4-8 O’Clock position in the interval of 2 metre
(max.) on carrier pipes at all cased crossings i.e. railways/ roads etc.

f) Monitoring of the protection system for 6 months

g) All civil/ structural works related to TCP system including supply of bricks, cement & steel etc.
required for completion of the system.
For 10" meter 46000
For 6" meter 19000
For 4" meter 10000

28.0 FIELD INSTRUMENTATION


28.1 PRESSURE INSTRUMENTS
28.1.1 Supply, Calibration, Installation of Pressure Gagues and their accessories inclusive of supply Nos. 4
of necessary piping materials and tubings alongwith all necessary valves & fittings, fabrication
and installation of impulse lines/ manifolds & hydraulic testing as per installation standard
attached elsewhere in Tender Document and Supply as per Data Sheet
No.MEC/23LB/05/E5/I/001/DS-PG. Give breakup of supply and Installation rate.
28.2 TEMPERATURE INSTRUMENTS
28.2.1 Supply, Calibration, Installation of Temperature Gauges with flanged Thermowell inclusive of Nos. 4
installation of thermowell on the nozzle and installation of instruments as per installation
standard attached elsewhere in Tender Document and Supply as per Data Sheet No.
MEC/23LB/05/E5/I/001/DS-TG. Give breakup of supply and Installation rate.

343
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 28 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
28.3 FREE ISSUE ITEM
Handling, including lifting, transportation from Company's stores to Contractor's work-shop for
fabrication or/ and to worksite for field fabrication, assembly of parts/ sub-assemblies erection
for all vessels, equipments supplied by company above ground/ underground at all elevation/
depth, fixing of foundation bolts welding wherever required, alinging, grouting, hooking-up,
cleaning and flushing by water draining, drying by compressed air providing all mountings,
ancilliary, enabling works as required and completing in all respect as per drawings,
specification and instruction of Engineer-in-charge. Contractor's scope shall include supply of
all material and accessories including but not limited to any fixtures, clamps, gasket, nut bolts,
finish coat of painting including rub down & touch up of shop primer/ paint scrapping of shop
primer/ paint and further their painting after application of primer as per specification, wherever
required by Company.
Approx. erection weight and Details of major equipments are as under
(Refer P&ID included with Tender).
Details of major equipments are as under
Details of Equipment Nos.
28.3.1 Metering Skid alongwith all accessories and control panel at CGS-I 1 MT 10

28.3.2 Metering Skid alongwith all accessories and control panel at CGS-II 1 MT 10
Note:
i) The quantities mentioned above are tentative and quantities for above including supply items
shall be finalised & procured by Contractor only after due approval of EIC. Contractor supplied
any surplus item during reconciliation shall not be accepted / taken by the Owner.
ii) For all the supply items mentioned above, procurement shall be made as per specification &
Data Sheets, after due approval of Engineer-in-charge.
29.0 TELECOMMUNICATION WORK : SUPPLY AND LAYING HDPE DUCTS AND ASSOCIATED
WORKS: Supply of materials/ equipments ,storage,erection and services (as per
specification, drawings etc. provided in this Bid Document ).

29.1 Supply of Permanently Lubricated Telecom HDPE Duct & Accessories as per MECON
Technical Specification No. MEC/TS/05/E5/T/037 Rev 1. Design, Manufacturing,factory
testing, inspection, packaging, forwarding, transportation, insurance,receipt and storage at site
etc.

344
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 29 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
29.1.1 Supply of 40 mm OD , permanently lubricated HDPE DUCT, Factory Acceptance Testing,: Meter 75000
Factory acceptance testing of 40 mm OD, 6 Kg/cm2, permanently lubricated HDPE duct as per
spec.

29.1.2 Supply of HDPE Duct Accessories: Supply of HDPE Duct accessories required including Lumpsum 1
Plastic Couplers, End Plugs, Cable Sealing Plugs, End Caps, etc suitable & sufficient for
above supplied Duct with extra 20 % quantity for future use.
30.0 TELECOMMUNICATION SITE WORK (as per scope of work, Standard Specification no.
MEC/S/05/E5/T/001 Rev 0 & ../002 Rev 0 of Bid documents)

30.1 Submission of optical fiber cable & HDPE alignment sheets (CAS) based on the existing Lumpsum 1
pipe line survey (No separate survey reqd.),estimation of OFC & HDPE duct including all
accessories in accordance with the alignment sheet and specifications.Laying work can not
be started without approval of these documents from Client / Consultant / EIC.

30.2 Blowing of Optical Fiber Cable

All activities pertaining to blowing of optical fiber cable (after testing of drum at site) in PLE Per Meter of 75000
HDPE Duct laid in same pipeline trench,through CS/ HDPE conduits at crossing, cable Trench
sealing, padding, backfilling if required separately etc. using all materials required including Length
Supply and Laying of Warning Mats if required separately, etc. , at the each end OFC to be
stored in pit with proper sealing all complete as per specifications and drawing provided in the
bid document & as per direction of consultant.

30.3 Laying of HDPE Telecom Duct as per specification

Laying of 40mm OD permanently lubricated HDPE ducts( PLE HDPE Duct), in same pipeline Per Meter of 75000
trench direct buried or cased crossing through CS/ HDPE conduit in all type of soil & terrain, Trench
excavation as required, padding, backfilling if required separately etc. including cleaning and Length
sealing of ducts at the end of laid drum lengths, preparation & Supply of Cable Blowing Pit at
each KM including sand, jointing of HDPE conduit, Testing of HDPE Duct and accessories
after laying,preparation of report and final drawing & documents as per specification, joint
location marking , erection accessories (suitable for min 8 kg/cm2 pressure rating) ,all
complete as per specifications provided in the bid document & as per direction of consultant.

345
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 30 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
30.4 Supply and installation of jointing pits, including sand, etc. all complete as per spec., Nos. 25
drawing provided in the bid document and the direction of consultant. (Quantity shall vary as
per project / site requirement based on approved Cable Alignment Sheet).

30.5 Supply & installation of 300 dia cable markers at all pipeline marker locations on same Nos. 50
pipeline marker post (including at every crossing etc.) as per specifications & drawing
provided in the bid document and direction of consultant.

29.6 Splicing, Jointing of optical fiber cable (including supply and installation of joint Lumspum 1
markers, etc.), end to end testing all completed as per specifications & drawing provided in
the bid document and direction of consultant.Splicing with steet fibre, test of the fibre for the
smooth operation system on wavelength. Power Testing of laid OFC, end to end testing
,Identification of the fault,Rectification, final testing & commissioning , preparation of reports
etc. work complete in all respect with all necessary accessories for all location till the final
Handing over & taking over by Owner of the laid Optical Fiber Cable alongwith HDPE Telecom
Duct complete as per specification,Drawings and Documentation as per specification &
contract agreement and as per the direction of Engineers in charge.

346
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 31 of 32
SCHEDULE OF RATES
FOR
LAYING & CONSTRUCTION OF CITY GAS STEEL PIPELINE GRID & ASSOCIATED WORKS IN KAKINADA

MAINLINE, TERMINALS & ASSOCIATED WORKS Unit Rate (in Rs.) inclusive of all taxes and duties including Total Amount
service tax and WCT inclusive of all
Item Description of items Unit Quantity In Figure In Word taxes and duties
including service
No tax and WCT
(in Rs.)
30.7 Supply and Installation & Commissioning of Electronic Marker System as per
specification , test certificate and documents etc. consisting of :
a) Electronic Markers (To be buried underground along with OFC Joints at all jointing location) Set 25
- The make & model shall be same as of existing electronic marker.
- Detail of marker will be provided to successful bidder.
- Quantity shall vary as per project / site requirement based on approved Cable Alignment
Sheet.
Note : The quantites of individual item can varied as per site requirement.The payment will be
made as per actual certified measurement at site.For the Payment purpose the actual pipeline
length will be considered for the payments of laid OFC and HDPE Duct along the pipeline and
length upto control room inside terminal will be considered separately.The location of Jointing
and the quantity of jointing pit and closure may be finalised with the Cable alignment sheet
approval as per actual laying conditions at site.
General Note :
1 All SOR item shall be quoted by the bidder in the price part of the bid other-wise bid will
be rejected.
2 All Bidders are requested to refer clause no. 17C.0 of Particular Job Specification for
Mainline, Mechanical &
Associated works before filling the price against each item of above SOR.
Total Amount in INR (inclusive of all taxes & duties) in Figures :
in Words :
%age of VAT considered in the above price
Amount of VAT included in the above total price in INR
%age of Service Tax considered in the above price
Amount of Service Tax included in the above total price in INR
%age of custom duty on CIF value considered included in the above price
CIF value of imported component included in the above total price in INR
%age of Excise Duty in the above total price
Amount of Excise duty included in the above total price in INR

347
D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\SOR - BGL_KAK_NEW -FINAL SOR No. 05/21/23LZ/CG/SOR-01, Rev.-1 Page 32 of 32
2) SUMMARY OF PRICES (To be submitted with priced part of the offer)
[LAYING & CONSTRUCTION OF 10”; 6” & 4” NB U/G STEEL P/L NETWORK & ASSOCIATED WORKS IN
KAKINADA CITY – {Part of Tender No. : 05/51/23LZ/BGL-KAKI/001-i)]

(In Figures) (In Words)

1. Gross Total amount of quoted price for Mainline & Associated Work
SOR

2. Grand Total Amount (inclusive of all applicable taxes & duties)

3. Rebate (if any) offered on gross total amount (Sl.No. 2) above. ________________ % of ____________________ Percent of quoted rates
(which will be applicable on each item of Schedule of Rate) quoted rate

4. Amount of Rebate as per Sl.No. 3 above

5. Net total amount {2-3} (after considering rebate indicated at Sl.No.


3)

Note: The total amount shall also be given by the bidder in the quoted currency(ies).

Place : _________________ Signature of Authorised Signatory


Date : _________________ Name :
Designation :
Seal :
Tender No.: ________________________________________________

Offer No. & Date : ___________________________________________

D:\old data\Vijyant\BGL-23LB\BGL-Kakinada\Tender\Laying\Summary of Prices-BGL.doc


348

S-ar putea să vă placă și